MODIFICATION
73 -- Amendment Two changes: solicitation due date, mandatory site visit and set-aside for small business concerns, etc..
- Notice Date
- 5/14/2015
- Notice Type
- Modification/Amendment
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
- ZIP Code
- 21078-4094
- Solicitation Number
- W912K615Q0033
- Response Due
- 6/3/2015
- Archive Date
- 7/13/2015
- Point of Contact
- Cynthia Spencer, 410-942-8477
- E-Mail Address
-
USPFO for Maryland
(ng.md.mdarng.list.uspfo_arpc@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- General Information Document Type: Combine Synopsis/Solicitation Amendment Two Solicitation Number: W912K6-15-Q-0033 Posted Date: 14 May 2015 Amended Response Date: 03 June 2015 SIC Code: 1796-Installation or Erection of Building Equipment, Not Else Where Classified Set Aside: Total Small Business Set-Aside NAICS Code: 238290 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation W912K6-15-Q-0033, 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 (FAC) 2005-81. This procurement is a total Small Business set-aside. The NAICS code is 238290, Other Building Equipment Contractors. The NAICS size standard is $14M. The Maryland Army National Guard (MDARNG) has a requirement for portable kitchen equipment. See the following attachments herein incorporated into this RFQ: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in full text at www.acqnet.gov/far and Defense Federal Acquisition Regulars (DFARS) clauses and provisions are available in full text at www.acq.osd.mil/dpap/sitemap.html. The clauses are to remain in full force in any resultant contract: FAR 52.204-7, System for Award Management; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.204-13, System for Award Management Maintenance; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; FAR 52.212-2 Evaluation of Commercial Item (price, product data, contractor's technical capability, past performance, and NSF approved status.); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (offers must submit a complete copy with their offers. (Documentation can be completed at https://www.acquisition.gov/.) FAR 52.212-4, Contract Terms and Conditions- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items; FAR 52.213-3, Notice to Supplier; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor: FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunities for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.245-1 Government Property; FAR 52.245-9, Use and Charges; FAR 52.252-2, Clauses Incorporated by Reference: DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7004, System For Award Management, Alternate A; DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic and Hazardous Materials; DFARS 252.232- 7003, Electronic Submission of Payment Requests and Receiving; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.245-7003 Contractor Property Management System Administration; DFARS 252.245-7004, Reporting, Reutilization, and Disposal; and, DFARS 252.247-7023, Transportation of Supplies by Sea. All firms or individuals responding must be registered with the System for Award Management (SAMS) at https://www.sam.gov to be considered for award. All quotes/responses must be received no later than 12:00 P.M., Eastern Time, 03 June 2015. The following evaluation factors will be considered: price, product data, contractor's technical capability, past performance, and NSF approved status. The Government intends to evaluate quotations/offers and award a contract without discussions with offerors (except clarification as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary The offeror must certify their product meets these requirements. The MDARNG intends to award a quote mark single quote mark firm fixed price contract. Partial quotations will not be considered. FAR provision at 52.212-1, Instructions to Offerors-Commercial Item, applies to this acquisition. Award will be made on the basis of lowest-price technically acceptable. Provision for Evaluation: Award will be made to the responsible contractor (See FAR Part 9) whose quote represents the lowest overall price while meeting the technical requirements. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award in no particular order: Lowest Priced, Technically Acceptable. The Government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Prospective contractors must be registered in the System for Award Management (SAM) prior to award of a government contract. All quotations must be received no later than 12:00 P.M., Eastern Time, 03 June 2015. Point of Contact Cynthia Spencer, Contractor, Odyssey TCI, Procurement Analyst, IIIA, email at cynthia.c.spencer3.ctr@mail.mil OR ng.md.mdarng.list.uspfo-arpc@mail.mil. Contracting Office Address USP&FO For Maryland, Purchasing & Contracting Division, 301 Old Bay Lane, State Military Reservation, Havre de Grace, Maryland 21078-4094.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K615Q0033/listing.html)
- Place of Performance
- Address: Maryland Army National Guard Dundalk Readiness Center, 2101 North Point Blvd. Baltimore MD
- Zip Code: 21222-1621
- Zip Code: 21222-1621
- Record
- SN03731130-W 20150516/150514235003-03f2a34612cef578b4c619228b4c6dc2 (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 |