Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2015 FBO #4989
MODIFICATION

54 -- RELOCATABLE SIMULATION SHELTER LOT 2

Notice Date
7/20/2015
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACC - Orlando,, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-15-T-0025
 
Response Due
8/7/2015
 
Archive Date
9/18/2015
 
Point of Contact
Stephen Figueroa, 407-208-3217
 
E-Mail Address
ACC - Orlando
(stephen.a.figueroa.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 2. RFQ response date changed to 08/07/15. Amendment 1. The following changes: 1. Locations. See Schedule 2. Removed Trainer UPS. See Electrical 3. RFQ due date and estimated award date 4. Questions and Answers. See Attachement (i) This is a combined synopsis/solicitation for commercial items authorized under FAR Subpart 13.5 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. (ii) Solicitation W900KK-15-T-0025 is issued as a Request for Quote (RFQ). Offerors can submit more than one quote in response to the solicitation if different items are quoted. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-76 August 2014. (iv) The NAICS code for this acquisition is 332311 with a small business size standard of 500 employees. This acquisition is being solicited as a total Small Business (SB) Set-Aside. (v) ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00011Each Relocatable Simulation Shelter FFP Produce, Deliver and Assemble a Relocatable Simulation Shelter (RSS) IAW the Statement of Work (PEO-STRI-15-W085). Destination Portland, OR FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00021Each Relocatable Simulation Shelter FFP Produce, Deliver and Assemble a Relocatable Simulation Shelter (RSS) IAW the Statement of Work (PEO-STRI-15-W085). Destination Schenectady, NY FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICE AMOUNT 00030Lot NSP Technical Data and Information FFP As required by RSS Statement of Work (PEO-STRI-15-W085). FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICE AMOUNT 00041Each OPTIONRelocatable Simulation Shelter FFP Produce, Deliver and Assemble a Relocatable Simulation Shelter (RSS) IAW the Statement of Work (PEO-STRI-15-W085). Destination Oklahoma City, OK FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00051Each OPTIONRelocatable Simulation Shelter FFP Produce, Deliver and Assemble a Relocatable Simulation Shelter (RSS) IAW the Statement of Work ( PEO-STRI-15-W085). Destination Louisville, KY FOB: Destination (vi) A detail description of the requirement is contained in the attached SOW (PEO-STRI-15-W085). The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Training Devices (PM TRADE) intends to procure Relocatable Shelters to house Air National Guard simulation systems, including, but not limited to, the Advanced Joint Terminal Attack Controller (JTAC) Training System (AAJTS) and the C-130 Multi Mission Crew Trainer (MMCT). The contract for this effort will include the production, delivery, and setup of the Relocatable Shelters at Government designated military installations. (vii) CLINDestinationDelivery NLT DateEarly Delivery 0001Portland, OR6 months after award4 Months after award 0002Schenectady, NY6 months after award4 Months after award 0004-optionOklahoma City, OKTBD if exercisedTBD if exercised 0005-optionLouisville, KYTBD if exercisedTBD if exercised All inspection and acceptance shall be at destination by the Government. Final inspection to be performed at the delivery site will be directed and witnessed by the Contracting Officer Representative (COR). Final acceptance of this Contract Line Item will be evidenced by signature of the Procuring Contracting Officer (PCO) or the COR. (viii) The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. In addition to the instruction in this clause, Offeror's must submit the following quote content: Statement of Compliance: The offer shall include a statement indicating complete compliance with the solicitation, or detailed analysis of any objections, exceptions, contingencies, or additions. Any objection, exception, contingency, or addition shall be cross-referenced to the applicable solicitation paragraph(s). Price: Offeror's shall provide completed pricing for all CLINS. This is to include any travel needed for site surveys, installation and delivery. Each shelter CLIN is all inclusive and all costs associated with each shelter must be priced and this must be identified completely in the Price Section of the proposal. Technical Approach: The Offeror shall provide product literature, specification information cross-indexed to applicable parts of the SOW and warranty provisions. The Offeror's quote shall clearly demonstrate its ability to meet or exceed the SOW specifications. Statements that the Offeror understands and will meet the SOW requirements are inadequate. Paraphrasing or reiteration of the SOW or parts thereof is similarly inadequate, as are phrases such as quote mark standard procedures will be employed quote mark or quote mark well-known techniques will be used. quote mark The Technical Approach section of the proposal will contain evaluated information within it. This portion of the proposal is limited to 100 pages. Please contact the Contracting Specialist, Stephen Figueroa at stephen.a.figueroa.civ@mail.mil or (407) 208-3217 if additional pages are required for the Technical Approach portion of the proposal. (ix) FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies to this acquisition. Award will be based on Lowest Price Technically Acceptable (LPTA). Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications listed in the attached SOW. All quotes will be evaluated and ranked based on price. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an Offeror is identified as technically acceptable. All quotes shall be subject to evaluation by a team of Government personnel. Support contractors will not participate as members of or advisors to the source selection team. 1. Price: Quotes will be ranked first based on price from low to high. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. Arithmetic Discrepancies; For the purpose of initial evaluation of offers, the following will be utilized in resolving arithmetic discrepancies found on the face of the bidding schedule as submitted by the Offeror. (A) Obviously misplaced decimal points will be corrected; (B) Discrepancy between unit price and extended price, the unit price will govern; (C) Apparent errors in extension of unit prices will be corrected; (D) Apparent errors in extended prices per CLIN will be corrected. 2. Technical: All compliant quotes will be evaluated. The award will be made to the lowest price whose offer is deemed technically acceptable. TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable - Proposal clearly meets the minimum requirements of the solicitation Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation (x) The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (Alternate I). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015), applies to this acquisition. (xii) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (May 2015) applies to this acquisition. (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) X (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xiii) The Government requires a standard commercial warranty for each shelter and all related items. The warranty coverage needs to be addressed in the quote. (xiv) N/A (xv) Quotes are due no later than 4:00 PM local time in Orlando Fl, EDT on 07 August 2015. Please send quotes via email to Contract Specialist, Stephen Figueroa at stephen.a.figueroa.civ@mail.mil The Government anticipates a contract award on or around 21 August 2015. The Government reserves the right to request additional information after receipt of Offeror's response to the RFQ. The quote shall be valid for not less than 30 calendar days from the quote due date. If your quote is not able to be transmitted electronically, either mail or hand-deliver to: U.S. Army Contracting Command - Orlando (ACC-Orlando), 12211 Science Drive, Orlando, FL 32826. Please refer in the subject line of your email the solicitation number, W900KK-15-T-0025 and your firm's name. Attachments in Microsoft Office or PDF files are acceptable, please have all documents unlocked for evaluation. Late submissions will not be accepted. (xvi) This is a Request for Quote only. Do not proceed with this work until you have received a contract document signed by the Contracting Officer. Please address questions in this matter to Contract Specialist, Stephen Figueroa at (407) 208-3217, or e-mail at stephen.a.figueroa.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f3dfd177114fa68c599392b182f9901d)
 
Place of Performance
Address: ACC - Orlando, 12350 Research Parkway Orlando FL
Zip Code: 32826-3276
 
Record
SN03802799-W 20150722/150720234847-f3dfd177114fa68c599392b182f9901d (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.