Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
MODIFICATION

R -- Environmental Lab Conference Room Upgrade for Business - Amendment 1

Notice Date
3/14/2018
 
Notice Type
Modification/Amendment
 
NAICS
541410 — Interior Design Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W12HZ-18-T-6455
 
Archive Date
4/4/2018
 
Point of Contact
Christy Love, Phone: 6016343445
 
E-Mail Address
Christy.J.Love@usace.army.mil
(Christy.J.Love@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001- Attachment 5 Combined Synopsis/Solicitation Environmental Lab Conference Room Upgrade for Business Mission Enhancement 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 solicitation number is W12HZ-18-T-6455 and is being issued as a request for quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-74. The small business standard for the associated NAICS code is 541410-Interior Design Services with a size standard of $7.5 million. The solicitation will be competed as a 100% Small Business Set-Aside. The US Army Engineer Research and Development Center (ERDC), Vicksburg, Mississippi is soliciting proposals to provide: Environmental Lab Conference Room Upgrade for Business Mission Enhancement The EL requires a design plan for the upgrade of our conference room to enhance business meetings, scientific presentations and training events for both small and large groups. The design plan includes flooring, paint selection or wall coverings, furniture, use of electronic audio and visual equipment, and potential content for the walls of conference room. Work in to be completed in accordance with the Performance Work Statement. (attachment 1): One firm-fixed price contract will be awarded to provide the final design plan. The place of performance is Vicksburg, MS and the all work must be completed in 60 days. Offers received will be evaluated based on FAR Clause 52.212-2 Evaluation--Commercial Items (Jan 1999). The clause will be incorporated into the solicitation and shall read as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the offeror to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii) price; It is incumbent upon the offeror to submit sufficient information for the Government to determine technical acceptability, successful and satisfactory past performance and price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. The Government intends to award without discussions. However, reserves the right to hold discussions, if necessary. ATTACHMENTS Performance Work Statement. (attachment 1) Proposal preparation instructions and Evaluation factors (attachment 2) Wage determination WD 2015-5173 Rev.-9 (attachment 3) Full text clauses (attachment 4) Added with amendment 0001-Drawing (attachment 5) The following FAR and DFAR clauses and provisions incorporated by reference apply to this combined synopsis/solicitation: 52.204-7 System For Award Management; 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation by Reference of Representations and Certifications; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 252.201-7000 Contracting Officer's Representative; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.225-7001 Buy American And Balance Of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation of Supplies by Sea; The following FAR and DFAR clauses and provisions incorporated by full text apply to this combined synopsis/solicitation (see attachment 4): 52.212-2 Evaluation -- Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference The full text of these FAR clauses can be accessed electronically at website: farsite.hill.af.mil/ NOTES: 1) Lack of registration in the SAM database will make an offeror ineligible for award. 2) Quotes are due 20 March 2017 not later than 2:00 p.m. (CST) and may be submitted electronically via email, providing that they are complete and provide all required information to: Christy.J.Love@usace.army.mil. Information concerning this solicitation may be addressed via email. 3) The Contractor is responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation. Amendment 0001 adds Attachment 5.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W12HZ-18-T-6455 /listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, 3909 Halls Ferry Road, Vicksburg, Mississippi, 39180, United States
Zip Code: 39180
 
Record
SN04854104-W 20180316/180314231236-3b6edb7b81b454c7ae4e914cd073476e (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.