Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
SOLICITATION NOTICE

J -- Antenna Replacement St. John, USVI - Package #1

Notice Date
8/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
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
WX03943Y2018T
 
Archive Date
9/6/2018
 
Point of Contact
Kristin Wright, Phone: 5405425284
 
E-Mail Address
Kristin.Wright@fema.dhs.gov
(Kristin.Wright@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW for WX03943Y2018T Combined Solicitation and Synopsis for WX03943Y2018T RFQ WX03943Y2018T ANTENNA INSTALLATION PROJECT This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 Federal Acquisition Circular 2005-99-1. The NAICS code for this requirement is 237130. The following FAR Clauses/Provisions apply to this requirement: 52.212-1, 52.212-2, 52.212-3, 52.201-10, 52.217-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.2225-13, 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 three (3) pages, addressing each of the Technical Evaluation Criteria shown below. Responses to each of the Technical Evaluation criteria will be rate 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 ACCEPTABLE/UNACCEPTABLE basis. B.PRICING SUBMISSIONS Offerors should provide a firm fixed price quote to complete all of the requirements of the SOW. Offeror should show how the proposed firm fixed price was determined, including a 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. OTHER INFORMATION No site visit is planned for this requirement. Please see the photos contained in the Statement of Work 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. Quotes are due to Kristin Wright at Kristin.Wright@fema.dhs.gov by 1:00 pm Eastern on Wednesday, August 22, 2018. Questions regarding this requirement shall be directed electronically to Kristin.Wright@fema.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/WX03943Y2018T/listing.html)
 
Place of Performance
Address: 6 Susannaberg, St. John, U.S. Virgin Islands, 00830, United States
Zip Code: 00830
 
Record
SN05023054-W 20180808/180806231408-990c5e2eb7faa2dd0cb9ec284b177603 (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.