Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2016 FBO #5213
MODIFICATION

54 -- INSTALLATION OF UNIVERSAL FABRIC STRUCTURE TENSION FABRIC STRUCTURES SERIES TFS-RV AT TOOELE ARMY DEPOT

Notice Date
2/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, E4455 LIETZAN ROAD, Aberdeen Proving Ground, Maryland, 21010-5424, United States
 
ZIP Code
21010-5424
 
Solicitation Number
PANAPG-16-P-00006361
 
Archive Date
3/18/2016
 
Point of Contact
Denise Thomas, Phone: 410-436-2309
 
E-Mail Address
denise.thomas29.civ@mail.mil
(denise.thomas29.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 for Solicitation # PANAPG-16-P-00006361 is hereby issued to extend the closing date and time. Therefore, the closing date and time are re-established to 03 March 2016 @ 12:00P.M. Eastern Time (ET). A response to vendor questions will be forthcoming via another amendment to the solicitation. All amendments shall be acknowledged along with vendor proposals to Denise Thomas @ email denise.thomas29.civ@mail.mil (preferred method) or via the mail address as outlined in the Submission Procedures, below. All terms and conditions, requirements, and specifications of the original solicitation remain the same. NO TELEPHONE REQUESTS WILL BE HONORED. 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. The combined synopsis/solicitation number is PANAPG-16-P-00006361 is used as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-85-1. The U.S. Army Contracting Command- Aberdeen Proving Ground (ACC-APG), Edgewood Contracting Division, Maryland intends to issue a Competitive "Small Business" award. This requirement is for proper installation of a Universal Fabric Structure (USF) Tension Fabric Structures, at the Tooele Army Depot (TEAD), Tooele, Utah on behalf of the Edgewood Chemical Biological Center (ECBC) and Risk Reduction (CBARR). The associated North America Industry Classification System (NAICS) Code is 332311 and the Business Size Standard is 500 employees. The government contemplates an award of a Firm-Fixed Price contract, Lowest Price Technically Acceptable (LPTA). This requirement is not being procured in accordance with FAR Part 8 and only Open Market, NO General Service Administration GSA quotations are being accepted from responsible contractors. Description of Requirement: The government is seeking all personnel, equipment, tools, materials, supervision, and non-personal services necessary to support Universal Fabric Structure (UFS) as defined in the Performance Work Statement (PWS), Attachment#1. The services to be conducted by the contractor are to include subject matter expertise and skilled labor to install the Universal Fabric Structure at the Tooele Army Depot (TEAD) to include all vestibules, insulation, electric/lighting, heating/air conditioning, welding/sealing and any associated parts in accordance with the manufacturer (UFS) specifications and the PWS. Government personnel will be on-site to provide additional labor as necessary to facilitate the installation and complete any site-specific modifications. As a contingency for an award, the contractor must be able to obtain the following items to perform complete installation services on the Universal Fabric Structures (UFS) series (TFS-RV). Contingencies: Associated drawings - for the installation of the UFS. Associated instructions/manuals - for the installation of the UFS. Associated tools and parts (as necessary) - for the installation of the UFS. Period of Performance (POP): The intended POP is 30 calendar days from the date of award. The anticipated date of award is 8 March 2016. Acceptance and inspection: Destination Contract Line Item(s) (CLINs) Description: Item Description CLIN 0001 Installation Services for UFS in accordance description with PWS. Quantity 1 Job Unit Price_________ Total Price________ Item Description CLIN 0002 Material Cost for UFS in accordance with description and PWS. Quantity 1 Job Unit Price_________ Total Price ________ Grand Total Price(s) Unit Price_________ Total Price ________ nstructions to Offerors: Offerors shall submit price proposals in accordance with the CLIN structure; above. Partial quotes will not be evaluated by the Government. Award will be made on the basis of the lowest price technically acceptable price proposal (LPTA) meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. Award will be made on basis of the referenced contingencies. Award will be made on the basis of past performance. The proposal shall include a brief summary of your company's experience and past performance within the past 3 years as it relates to the magnitude and scope of this requirement. Installation Services for Universal Fabric Structure (UFS) The following provisions and clauses will be incorporated by reference: 52.212-3, An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquistion.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision at https://www.sam.gov 52.203-3 Gratuities 52.204-7, System for Award Management 52.212-4 Contract Terms and Conditions Commercial Items. 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.219-6 Notice of Total Small Business Set-Aside 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION 2013-O0019) 52.203-13 Contractor Code of Business Ethics and Conduct 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.219-9 Option to Extend the Term of the Contract 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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 Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-17, No displacement of Qualified Workers 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.222-54, Employment Eligibility Verification (Jul 2012 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. 52.222-50, Combating Trafficking in Persons 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-39, Unenforceability of Unauthorized Obligations 52.225-2 Buy American Act - Supplies 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.239-1, Privacy or Security Safeguards 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 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 52.246-2 Inspection of Supplies-Fixed Price 52.252-1 Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.204-7004 Alt A System for Award Management Alternate A 252.225-7001 Buy America and Balance of Payment Program 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7013 Duty Free Entry 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7021 Trade Agreements 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea 252-211-7003 Item Identification and Valuation The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. NO TELEPHONE REQUESTS WILL BE HONORED. SUBMISSION PROCEDURES: ALL QUESTIONS MUST BE SUBMITTED no later than 25 February 2016 at 10:00 AM EST. ALL Firm Fixed Price Proposals (FFP) must be signed, dated, and received by 10:00 AM EST 29 February 2016 via email to Denise Thomas, denise.thomas29.civ@mail.mil (preferred method) or via U.S. mail at: US Army Contracting Command, Aberdeen Proving Ground, Edgewood Contracting Division, Attention: CCAP-SCE, Building E4215 Austin Road, Aberdeen Proving Ground, MD 21010. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Service desk http://www.fsd.gov. For questions concerning this solicitation contact Denise Thomas, via email at denise.thomas29.civ@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b2a81ac8519a23c598d1db0079647ed)
 
Record
SN04034722-W 20160302/160229235611-8b2a81ac8519a23c598d1db0079647ed (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.