SOLICITATION NOTICE
J -- Antenna Removal Project - Statement of Work for WX00596Y2018T
- Notice Date
- 12/6/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #238190
— Other Foundation, Structure, and Building Exterior Contractors
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
- ZIP Code
- 20135
- Solicitation Number
- WX00596Y2018T
- Archive Date
- 1/6/2018
- Point of Contact
- Kristin Wright, Phone: 5405425284
- E-Mail Address
-
Kristin.Wright@fema.dhs.gov
(Kristin.Wright@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for WX00596Y2018T This is a combined synopsis/solicitation for commercial services in accordance with the format in FAR Subpart 12.6 and 13, as supplemented with additional information included in this notice. This requirement is also being solicited through a mandatory DHS Strategic Sourcing vehicle; however, if open market pricing is lower than the quotes received via the strategic sourcing RFQ, FEMA may award to an open market source. This announcement constitutes the only solicitation. Quotes are being requested and no other written solicitation will be issued. This solicitation is being issued as a Request for Quotation (RFQ). The RFQ clauses and provisions are those in effect through the Federal Acquisition Circular 2005-96, effective 11/6/2017. The NAICS code for this requirement is 238190. The following FAR Clauses/Provisions apply to this requirement: The Clause at FAR 52.212-4, Contract Terms and Conditions-Commercial items, applies to this acquisition. (NOTE: all referenced FAR provisions may be accessed electronically at http://acquisition.gov/far.) FAR 52.212-5, Contract Terms and Conditions Required to Implement States or Executive Orders-Commercial items, applies to this acquisition and the following additional FAR clauses apply: 52.204-10, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. Source selection will be based on a Low Price, Technically Acceptable (LPTA) basis. Offerors should submit a brief Technical Submission, not to exceed ten (10) pages, addressing each of the technical Evaluation Criteria shown below. Responses to each of the Technical Evaluation Criteria will be rated either ACCEPTABLE or UNACCEPTABLE. In order to be determined ACCEPTABLE overall, technical submissions must be rated ACCEPTABLE for each of the Technical Evaluation Criteria. INFORMATION TO BE PROVIDED BY THE OFFEROR A.TECHNICAL SUBMISSIONS 1.Schedule - Offerors should describe their proposed schedule to perform the work in accordance with the SOW. 2.Resources - Offerors should describe the resources they plan to utilize to perform the work in accordance with the SOW. 3.Past Performance - Offerors should provide telephone and e-mail contact information for three references for which they have performed similar work to that in the SOW. References will be contacted and asked to rate the quality of the offeror's work on an ACCCEPTABLE/UNACCEPTABLE basis. B.PRICING SUBMISSIONS Offerors should provide a firm fixed price quote to complete all the requirements of the SOW. Offeror should show how the proposed firm fixed price was determined, including breakout of costs such as labor, equipment, travel, etc. This pricing information should be consistent with the Offeror's technical Submission, and will be used to evaluate price realism and reasonableness. SAM REGISTRATION/OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Prospective Offerors must be registered in the SAM database prior to award. Information on registration may be obtained electronically at https://www.sam.gov/portal/public/sam/ or by calling 1- 866-606-8220. If currently registered in SAM, please state in your submission and provide a DUNS number. If the Offeror has not completed FAR 52.212-3, Offeror Representations and Certifications - Commercial Items in SAM, the Offeror should include a completed copy of that provision with their quote. No site visit is planned for this requirement. Prospective bidders should submit any questions they may have about the requirement or the facility in writing to the Contracting Officer. Technical questions must be received no later than 2:00 PM/EST on 12/18/2017 and must be emailed to Kristin Wright at Kristin.Wright@fema.dhs.gov. Questions and Answers/Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. Written quotes in response to this RFQ must be received no later than 2:00 PM/EST, 12/21/17 and shall be sent electronically to Kristin.Wright@fema.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/WX00596Y2018T/listing.html)
- Place of Performance
- Address: FEMA Region IV, 404 S. Pine Tree Blvd., Thomasville, Georgia, 31792, United States
- Zip Code: 31792
- Zip Code: 31792
- Record
- SN04759147-W 20171208/171206231444-b724a007ffb45517cd1792e940434d8f (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 |