Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
SOLICITATION NOTICE

R -- Project Management Services - Attachments

Notice Date
5/5/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, National Guard Bureau, 139 MSG/MSC, MO ANG, ROSECRANS MEMORIAL AIRPORT, 705 MEMORIAL DRIVE, ST. JOSEPH, Missouri, 64503-9307, United States
 
ZIP Code
64503-9307
 
Solicitation Number
W912NS-17-Q-3007
 
Point of Contact
Joshua R Zachariah, Phone: 8162363379, Adam D. Danner, Phone: 8162363256
 
E-Mail Address
joshua.r.zachariah.mil@mail.mil, adam.d.danner.mil@mail.mil
(joshua.r.zachariah.mil@mail.mil, adam.d.danner.mil@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Tax Liability Evaluation Factors Performance Work Statement 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; quotes are being requested and a written solicitation will not be issued. This solicitation W912NS-17-Q-3007 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) 2005-87. This procurement is posted for Service-Disabled Veteran-Owned Small Business (SDVOSB) concern. Any other than small business will be excluded from the competition. The NAICS code is 541330 and the small business size standard is $15,000,000.00. The following commercial services are requested in this solicitation; CLIN 0001: Base Year, Project Manager IIA Civil Engineering services to ANG 139th Airlift Wing, Base Civil Engineering office, Rosecrans MAP, St. Joseph, MO 64503 in accordance with the attached Performance Work Statement (PWS) QTY: 12 Unit of Measure: Months CLIN 0002: Contract Manpower Reporting, Base Year The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil or https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (2) Contract number, including task and delivery order number (3) Beginning and ending dates covered by reporting period (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data (5) Estimated direct labor hours (including sub-contractors) (6) Estimated direct labor dollars paid this reporting period (including sub-contractors) (7) Total payments (including sub-contractors) (8) Predominant Product Service Code (PSC) reflecting services provided by contractor (and separate predominant PSC for each Sub-contractor if different) (9) Estimated data collection cost (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information) (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) (12) Presence of deployment or contingency contract language (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Complete this requirement within 30 days from the end of the service or end of each option year. CLIN 1001: Option Year One, Project Manager IIA Civil Engineering services to ANG 139th Airlift Wing, Base Civil Engineering office, Rosecrans MAP, St. Joseph, MO 64503 in accordance with the attached Statement of Work (SOW) QTY: 12 Unit of Measure: Months CLIN 0002: Contract Manpower Reporting, Option Year One The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil or https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (2) Contract number, including task and delivery order number (3) Beginning and ending dates covered by reporting period (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data (5) Estimated direct labor hours (including sub-contractors) (6) Estimated direct labor dollars paid this reporting period (including sub-contractors) (7) Total payments (including sub-contractors) (8) Predominant Product Service Code (PSC) reflecting services provided by contractor (and separate predominant PSC for each Sub-contractor if different) (9) Estimated data collection cost (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information) (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) (12) Presence of deployment or contingency contract language (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Complete this requirement within 30 days from the end of the service or end of each option year. Basis of Award: Best Value will be determined on the Lowest Price Technically Acceptable (LPTA). Period of Performance: Base Year + One 12 Month Option Year Please submit your quote on a Company Letter Head on FBO. All quotes will be due NLT 05 JUNE 2017 10:00AM Central Time. If anyone should have any questions, please let me know. Joshua.r.zachariah.mil@mail.mil (816) 236-3379 The following provisions and clauses apply to this acquisition: FAR 52.203-3, FAR 52.203-16, FAR 52.204-4, FAR 52.204-9, FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-18 Commercial and Government Entity Code Maintenance, FAR 52.204-2, FAR 52.207-3 Right of First Refusal of Employment, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the criteria stated in the attached "Attachment 2 - Evaluation Factors" document, FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items, 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, paragraph (a) and (d) and the following clauses in paragraph (b) and paragraph (c): FAR 52.203-6 Alt. I, FAR 52.204-10, FAR 52.209-6, 52.219-8, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222.26, FAR 52.222-35, 52.222-36, FAR 52.222-37, FAR 52.222-40, 52.222-50, 52.223-18, and 52.232-33, 52.222-41, 52.222-42, 52.222-43, 52.222-53, FAR 52.222-55, 52.222-62. FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.219-14 Limitations on Subcontracting, FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside, FAR 52.222-17 Nondisplacement of Qualified Workers, FAR 52.222-52 Exemption from Application of the Services Contract Labor Standards to Contracts for Certain Services -- Certification, FAR 52.222-54 Employment Eligibility Verification, FAR 52.223-5 Pollution Prevention and Right to Know Information, FAR 52.224-3 Privacy Training, FAR 52.228-5 Insurance - Work on a Government Installation, FAR 52.232-1 Payments, FAR 52.232-8 Discounts for Prompt Payment, FAR 52.232-17 Interest, FAR 52.232-18 Availability of Funds, FAR 52.232-23 Assignment of Claims, FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, FAR 52.233-2 Service of Protest, FAR 237-2 Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses (if Deviation). DFARS 252.201-7000, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7009 Limitations on the Use of Disclosure of Third - Party Contractor Reported Cyber Incident Information, DFARS 252.204-7011Alternate Line Item Structure, DFARS 252.204-7012 (Dev 2016-O0001) Safeguarding of Unclassified Controlled Technical Information, DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support, DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (ATTACHED). DFARS 252.215-7008 Only One Offer, DFARS 252.222-7007 Representation Regarding Combating Trafficking in Persons, DFARS 252.225-7031 Secondary Arab Boycott of Israel, DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism, DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports, DFARS 252.232-7006 Wide Area Workflow Payment Instructions, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. DFARS 252-243-7002 Requests for Equitable Adjustment LIST OF ATTACHMENTS: Attachment 01 - PWS Project Manager IIA Civil Engineering Attachment 02 - Evaluation Factors Attachment 03 - Tax Liability
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23-1/W912NS-17-Q-3007/listing.html)
 
Place of Performance
Address: Rosecrans MAP, Saint Joseph, Missouri, 64503, United States
Zip Code: 64503
 
Record
SN04498554-W 20170507/170505235132-ad9442828d46fa93c7d3c66395212653 (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.