SOLICITATION NOTICE
J -- Repairs to sun shade shelters located aboard Marine Corps Air Station Yuma, AZ
- Notice Date
- 6/11/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- M62974 MARINE CORPS AIR STATION YUMA - CONTRACTING OFFICE Box 99133 YUMA, AZ
- ZIP Code
- 00000
- Solicitation Number
- M6297413T7010
- Response Due
- 6/27/2013
- Archive Date
- 7/12/2013
- Point of Contact
- Jillian Latham 928-269-6229
- E-Mail Address
-
Contract Specialist
(jillian.latham@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. Quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M00681-13-T-7010 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 and the Defense Federal Acquisition Supplement, current to DPN 20130522. The North American Classification System Code is 332311 and the small business size standard is 500 employees. This acquisition is set-aside 100% for small businesses. Quotes received from vendors that are not registered in the System for Award Management (SAM) as a small business concern shall be considered non-responsive. A portion of this procurement is for brand-name products peculiar to one manufacturer. See attached Justification and Approval for details. Quotations offering parts manufactured by another source will not be considered for award. Requirement: Non-personal services to provide the following: all labor, supervision, tools, parts, materials, facilities, and tranportation necessary to perform repairs to sun shade shelters located aboard Marine Corps Air Station Yuma, AZ, IAW the attached statement of work. Please provide the following information in your quote: 1. A detailed description of the materials, designs, and products you will use to complete this requirement. You may also provide pictures of similar work as examples. 2. Delivery Time (after date of contract). 3. The attached RFQ cover sheet must be filled out accordingly. Evaluation: Award will be made to the responsible offeror with the lowest priced technically acceptable quote considering price and the following factors: technical, delivery terms, past performance. The government will evaluate the quotes by starting with the lowest priced quote, and performing technical evaluations (to include past performance) successively up the price ladder until the lowest priced technically acceptable quote is determined. The government will then make award without performing a technical evaluation on higher priced quotes. 1. Price 2. Technical: Technical evaluation will be based on adherence to the Statement of Work and delivery terms. 3. Past Performance: Quoters shall list in their quote 2-3 contracts involving work similar in nature and scope to that required by this solicitation either currently being performed or having been completed within the past two years. If no Federal Government contract past performance is available, state or local Government contracts or commercial contract information may be supplied. The offeror shall include the name, address, email address, and phone number of a point of contact as well as a description of the contract. Quoters may also provide other information as the offeror believes would aid the Government in evaluating past performance. A non-mandatory site visit will be held on June 20th, 2013 at 0830 MST (AZ). Contact Jillian Latham no later than 19 June 13 if you plan on attending. Any questions should be submitted in writing to the POC NLT 21 June 13 at 1600 MST (AZ). Answers will be posted before the due date for receipt of quotes; however, the due date for receipt of quotes shall not be extended because of late questions. Interested parties may contact the Contract Specialist for a detailed canopy location map. Submission of Quotes In accordance with FAR 52.212-1(f), quotations are due on or before 27 June 2013 at 4:00 p.m. local time for the receiving office (MST). Electronic submission of quotations is encouraged. In accordance with FAR 4.302(b), if electronic submission is not used, offerors shall use at least 30 percent postconsumer fiber paper and print or copy double-sided (or include an explanation concerning why it is not possible to print or copy double-sided). Quotations may be submitted as follows: Email: jillian.latham@usmc.mil or mail to: I&L Contracting Office Attn: Jillian Latham Bldg 328, Spears St. MCAS Yuma, AZ 85369 *FAXED PROPOSALS WILL NOT BE ACCEPTED For quotations delivered by hand, offerors are advised that entry to the installation is restricted, and offerors are directed to familiarize themselves with the entry control location and process. Entry processing time is unpredictable and can be lengthy. The addressee indicated above may be able to facilitate entry processing, but is not required to do so, and inability to gain access shall not excuse late delivery. If quotations are submitted in different formats requiring different delivery methods, the quotation of record shall be the last complete version received prior to the deadline. For email quotations, the Government office designated for receipt of the quotation is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(f) or FAR 52.215-1(c)(3), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government ™s control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Offerors are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting officer on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(f), concerning late submissions. Offerors are responsible for allowing adequate time for transmission to be completed. The offeror bears the risk of non-receipt of transmissions, and should ensure that all pages of the quotation (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. The Government may make award based solely on the quotation received. Quoters responding to this announcement must provide the information contained in 52.212-3 Alt I, Offeror Representations and Certifications “Commercial Items with their quote. The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management to submit quotes and be eligible for award. For information on registering with the SAM visit www.sam.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. The following FAR Clauses/Provisions apply: 52.252-2 Clauses Incorporated by Reference: clauses/provisions are available at: http://farsite.hill.af.mil/ 52.237-2 Protection of Govt Bldgs, Eq, and Vegetation 52.212-1, Instructions to Offerors “Commercial Items. 52.212-3 Alt. I, Offeror Representations and Certifications “Commercial Items 52.212-4, Contract Terms and Conditions- Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders “Commercial Items (incorporating 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside, 52.219-13, Notice of Set Aside of Orders 52.219-28, Post-Award Small Business Program Representation, 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-36 Affirmative action for Workers with Disabilities, 52.225-13, Restriction on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration) 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.212-2 Evaluation-Commercial Items 52.219-1 Alt. I, Small Business Program Representations 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran- Representation and Certification 52.247-5, FOB Destination The following DFAR Clauses apply: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Alt. III Transportation of Supplies by Sea) 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.232-7006 Wide Area Workflow Payment Instructions 252.223-7008 Prohibition of Hexavalent Chromium 252.204-7004 Alt A, Central Contractor Registration 252.209-7997 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriations. Point of Contact: Jillian Latham, Phone 928-269-6229, Email: jillian.latham@usmc.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M62974/M6297413T7010/listing.html)
- Place of Performance
- Address: Marine Corps Air Station Yuma, Yuma, AZ
- Zip Code: 85369
- Zip Code: 85369
- Record
- SN03085576-W 20130613/130611234715-6ad10f37397a36a2c8905a492e0fc5e6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |