Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

Y -- Reconfigure building 203 front entrance - Solicitation Attachments

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-R-0037
 
Archive Date
10/9/2015
 
Point of Contact
Christine Chase, Phone: 3013944012
 
E-Mail Address
christine.m.chase10.civ@mail.mil
(christine.m.chase10.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PWS Local Clauses (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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) The solicitation number is W911QX-15-R-0037. This acquisition is issued as an Request for Proposal (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective 04 August 2015. (iv) This acquisition is set-aside for Veteran Owned Small Business. The associated NAICS code is 236220. The small business size standard is 36.5 million. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 Reconfigure Front Entrance of Building 203 CLIN 0002 Contractor Manpower Reporting CLIN 0003 Contract Data Requirements (vi) Description of requirements: Please see attached Performance Work Statement (vii) Delivery is required by N/A. Place of Performance shall be 2800 Powder Mill Rd, Adelphi, MD 20783. Acceptance shall be performed at 2800 Powder Mill Rd, Adelphi, MD 20783. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the required services are standard and must adhere to all applicable regulations and manufacturer's requirements, making them of such a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013); 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013); 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011); 52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2011); 52.222-3 CONVICT LABOR (JUN 2003); 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014); 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999); 52.222-26 EQUAL OPPORTUNITY (MAR 2007); 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014); 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015); 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011); 52.225-1 BUY AMERICAN ACT--SUPPLIES (MAY 2014); 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008); 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013); 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014); 52.222-41 SERVICE CONTRACT ACT OF 1965 (MAY 2014); 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014); 52.222-55 MINIMUM WAGES UNDER EXECUITVE ORDER 13658 (DEC 2014); 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011); 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011); 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011); 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013); 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014); 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013);252.222-7007 REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015); 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011); 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2012); 252.225-7020 TRADE AGREEMENTS CERTIFICATE-BASIC (NOV 2014); 252.225-7021 TRADE AGREEMENTS (DEC 2012); 252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005); 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012); 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006); 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013); 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992); 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011); 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015); 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE; 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013); 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013); 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998);52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); 252.204-7000 DISCLOSURE OF INFORMATION (AUG 2013); 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992); 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING; 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS; 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) APG-ADL-B.5152.204-4409 ACC - APG POINT OF CONTACT (APR 2011); APG-ADL-B.5152.204-4412; APG-ADL-B.5152.204-4411 TECHNICAL POINT OF CONTACT (DEC 2002); APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999); APG-ADL-E.5152.246-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); APG-ADL-G.5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999); APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (SEP 2010); ARL-C.037-4400 ARMY RESEARCH LABORATORY NON-PERSONAL SERVICES; ACC-APG 5152.237-4900 ACCT FOR CONTRACT SERVICES; APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011); APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE; APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement All Quotes shall be in US Dollars. (xvi) Offers are due 10 Calendar Days After Posting, by 11:59 AM Eastern Standard Time, to christine.m.chase10.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Christine Chase, (301) 394-4012, christine.m.chase10.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/919a5ec05410c0751195489827622eea)
 
Place of Performance
Address: U.S. Army Research Laboratory, 2800 Powder Mill Rd, Adelphi, Maryland, 20783, United States
Zip Code: 20783
 
Record
SN03880271-W 20150912/150911000247-919a5ec05410c0751195489827622eea (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.