Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

56 -- Install Modular Furniturer for Joint Base Pearl Harbor Hickman, Hawaii - Performance Work Statement (PWS)

Notice Date
7/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-16-Q-0722
 
Archive Date
8/20/2016
 
Point of Contact
constance v. house, Phone: 7037671168, Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
constance.house@dla.mil, Beverly.J.Williams@dla.mil
(constance.house@dla.mil, Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement (PWS) to Install Modular Furniture at DLA Installation Support Pacific, Joint Base Pearl Harbor Hickman Hawaii, Bldg 550-FISC Area This notice 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; quotes are being requested based on the requirements outlined in this combined synopsis/solicitation. A written solicitation will not be issued. The Government intends to acquire commercial services using FAR Part 12, the Simplified Acquisition Procedures set forth in FAR Part 13, and FAR Part 15. This solicitation, SP4705-16-Q-0722 is issued as a Request for Quotation (RFQ), for a firm fixed price type purchase order. This solicitation documents and incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective July 14, 2016. This requirement is a total (100%) small businesses set-aside. The NAICS Code for this procurement is 238990, All Other Specialty Trade Contractors with a Size Standard of $15.0 million. The offeror shall state in their offer their size status for this procurement. Offerors must bid on all Contract Line Items identified within the attached document. The Defense Logistics Agency (DLA), Installation Support Pacific, 1025 Quincy Avenue, Suite 2000, Joint Base Pearl Harbor Hickman, Hawaii 96860-3522 requires the installation and assemble of six (6) workstation configuration. All workstation parts and materials are currently in Bldg 550 storage mode at Joint Base Pearl Harbor Hickman, Hawaii. The installation shall be performed by a licensed electrician A detailed description of the requirement, the Contract Line Item Numbers (CLIN), and proposal submission instructions can be found in the attached Performance Work Statement (PWS). Please provide a complete proposal including: CAGE code, DUNS number, tax identification number (TIN), business size and Central Contractor Registration status. Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.217-8, FAR 52.217-9, FAR 52.219-6, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.222-39, 52.222-50 and FAR 52.232-33. FAR/DFARS clauses that apply: FAR 52.204-7, DFARS 252.232-7010, DFARS 252.212-7001 with check marks for DFARS 252.225-7036, DFARS 252.232-7003, DFARS 252.247-7023 and DFARS 252.225-7000, DFARS 252.225-7001. The FAR may be obtained via the Internet at http://www.acquisition.gov. All contractual and technical questions must be submitted in writing via e-mail to the Contract Specialist, Constance House, at constance.house@dla.mil no later 11:00 AM Eastern Daylight Time (EDT) on Friday, July 29, 2016. Questions received after this time and date may not be answered. Telephone questions will not be accepted. Selection and award will be made to the Lowest Priced, Technically Acceptable (LPTA) offeror. Technical acceptability will be determined by review of information submitted by the offeror which must include proof of licensed electrician. Offerors which are not registered via the System for Award Management website at www.sam.gov, shall complete and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2016) with their offer. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any). Under 52.212-2, the evaluation procedures to be used are lowest overall responsive and responsible price for the required services. Lowest Price proposal which passes the technical requirement under 52.212-2 will receive award. All technically acceptable quotes will be evaluated for price reasonableness and award will be made to the lowest price technically acceptable quote. Contract quotes are requested to remain valid for a minimum of 90 days. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. Please provide a completed copy of provision at 52.212-3. See the provision at http://www.arnet.gov/far. All requests for clarification/questions must be submitted in writing via e-mail to the Contract Specialist, Constance House, at constance.house@dla.mil. No information concerning this RFQ or requests for clarification will be provided in response to telephone calls. Questions will be received up to 11:00 AM Eastern Daylight Time (EDT) on Friday, July 29, 2016. Questions received after this time and date may not be answered. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. RESPONSES ARE DUE ON Friday, August 5, 2016, 11:00 am Eastern Daylight Time. Only proposals received within the response timeframe will be considered by the Government. Offerors are responsible for downloading the solicitation, all of its supporting documents, and any applicable amendments posted on Federal Business Opportunities (FedBizOpps) at http://www.fbo.gov. Amendments may be posted to FedBizOpps up until the response due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-16-Q-0722/listing.html)
 
Place of Performance
Address: 1025 Qunicy Avenue, Suite 2000, Joint Base Pearl Harbor Hickman Hawaii, Pearl Harbor, Hawaii, 96860-3522, United States
Zip Code: 96860-3522
 
Record
SN04193523-W 20160724/160722234916-1aeab0b61334863fac32a50936058c5d (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.