Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2014 FBO #4668
MODIFICATION

R -- Security and Patrol Services at JH Kerr Powerhouse, Boydton VA.

Notice Date
9/3/2014
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-14-R-0016
 
Response Due
9/4/2014
 
Archive Date
11/2/2014
 
Point of Contact
Bruce A Helms, 910-251-4580
 
E-Mail Address
USACE District, Wilmington
(bruce.a.helms@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Questions and Answers are posted on 03 Sep 2014. There is no change in proposal due date and time. Questions and Answers are posted on 26 Aug 2014. There is no change in proposal due date and time. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is being posted as an avenue to provide Request for Proposal, W912PM-14-R-0016. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12, as supplemented with additional information in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is reserved exclusively for Service-Disabled Veteran-Owned Small Business concerns. The solicitation number is W912PM-14-R-0016, and the solicitation is issued as a Request for Proposal (RFP). The NAICS code is 561612 with a small business size standard of 20,500,000 million dollars. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-76 effective 25 July 2014. Description of Requirement: The Wilmington District of the U.S. Army Corps of Engineers REQUESTS SECURITY SERVICES FOR JOHN H KERR POWERHOUSE, 5460 Buggs Island Road, Boydton, VA, 23917 ***Statement of Work, Period of Performance has been amended as of 15 August 2014, see below to access.*** The Statement of Work is located below, please click the link heading listed as Additional Documentation. Open ALL of the attached pdf documents. INVOICING: The contractor shall submit a copy of the invoice at the completion of all work. The invoice shall be submitted to: Mr. Nicholas Wilson, John H Kerr Powerhouse, 5460 Buggs Island Road, Boydton, VA, 23917 The invoice shall have the correct contract number referenced, company name and address, Invoice number and date, and invoice line items. Notes: Small Business, Veteran Owned, 8A make a note on the Invoice as applicable. All costs, including delivery and installation, shall be included in the pricing of the proposal. *** All questions or inquiries concerning this solicitation must be submitted in writing via email to Howard Drexler at howard.g.drexler@usace.army.mil and Mr. Bruce Helms at bruce.a.helms@usace.army.mil must be received at least 7 days prior to the proposed due date/time. This Request for Proposal incorporates Wage Determination No.: 2005-2545, Revision No.: 18, Date Of Revision: 07/25/2014 (Mecklenburg County, VA). Wage determinations may be found at www.wdol.gov. This Request for Proposal incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.202-1, Definitions 52.203-3, Gratuities 52.203-5, Covenant Against Contingent Fees 52.203-6, Alternate I, Restrictions on Subcontractor Sales to the Government 52.203-7, Anti-Kickback Procedures 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity 52.203-12, Limitation on Payments to Influence Certain Federal Transactions 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-1, Qualification Requirements 52.209-5, Certification Regarding Responsibility Matters 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offerors--Commercial Items 52.212-3, Alternate 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 Statutes or Executive Orders--Commercial Items 52.219-1, Alternate I, Small Business Program Representations 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-1, Notice to the Government of Labor Disputes 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combating Trafficking in Persons 52.222-99, Establishing a Minimum Wage for Contractors 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-6, Drug-Free Workplace 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.228-5, Insurance -- Work on a Government Installation 52.229-2, North Carolina State and Local Sales and Use Tax 52.229-3, Federal, State, and Local Taxes 52.232-1, Payments 52.232-8, Discounts for Prompt Payment 52.232-11, Extras 52.232-17, Interest 52.232-18, Availability of Funds 52.232-23, Assignment of Claims 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes 52.233-2, Service of Protest 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.242-13, Bankruptcy 52.242-15, Stop Work Order 52.242-17, Government Delay of Work 52.243-1 Alternate II, Changes - Fixed Price 52.245-1, Government Property, 52.246-4, Inspection of Services - Fixed Price 52.246-20, Warranty of Services 52.246-25, Limitation of Liability - Services 52.247-34, F.O.B. Destination 52.249-2, Termination for Convenience of the Government (Fixed Price) 52.249-8, Default (Fixed-price Supply and Service) 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations In Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. (End of clause) 52.253-1, Computer Generated Forms 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense Contract-Related Felonies 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System For Award Management, Alternate A 252.204-7006, Billing Instructions. 252.204-7007, Alternate A, Annual Representations and Certifications. 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7002, Disclosure of Ownership or Control by a Foreign Government 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.211-7003, Item Unique Identification and Valuation 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7012, Preference for Certain Domestic Commodities 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments, 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer 252.247-7023, Transportation of Supplies by Sea PARTIES INTERESTED IN RESPONDING TO THIS RFP may submit their proposal in accordance with standard commercial practice (i.e. Proposal form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (email) to the point of contact below. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. All questions are due no later than 7 calendar days prior to the closing date of this solicitation. QUOTES ARE DUE NOT LATER THAN 10:00 AM, EASTERN DAYLIGHT TIME, 04 SEPTEMBER 2014. YOU ARE REQUIRED TO SUBMIT PROPOSALS ELECTRONICALLY OR BY US MAIL, COURIER SERVICE, OR HAND-DELIVERED TO THE ATTENTION OF THE CONTRACT SPECIALIST, HOWARD DREXLER AT Howard.G.Drexler@usace.army.mil 910-251-4785 AND CONTRACTING OFFICER, BRUCE HELMS AT Bruce.A.Helms@usace.army.mil 910-251-4580. SEE BELOW FOR THE CONTRACTING OFFICE ADDRESS: The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each proposal. The government reserves the right to cancel this solicitation. This announcement and written request for proposal constitutes the only Request for proposal that will be made for this requirement. Contracting Office Address: USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343 Point of Contact(s): Howard Drexler, 910-251-4785 or Mr. Bruce Helms 910-251-4580 Place of Performance: John H Kerr Powerhouse, 5460 Buggs Island Road, Boydton, VA, 23917
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a4a16786a0e3fd889b4157052355962b)
 
Place of Performance
Address: John H Kerr Powerhouse 5640 Buggs Island Road Boydton VA
Zip Code: 23917
 
Record
SN03494757-W 20140905/140904001029-a4a16786a0e3fd889b4157052355962b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.