Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOLICITATION NOTICE

Z -- Replace HVAC System AT Saipan Airport - Draft Solicitation

Notice Date
8/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-18-R-0124
 
Archive Date
12/12/2018
 
Point of Contact
Shayla Lucas, Phone: 8178861188
 
E-Mail Address
shayla.j.lucas@usace.army.mil
(shayla.j.lucas@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This attachment contains the Statement Of Need This Attachment will have the Clin Structure This acquisition will be 100% small business set aside. The North American Industry Classification System (NAICS) code for this project is 238220 with a size standard of $15M. This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) Part 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," FAR 13, "Simplified Acquisition Procedures", and FAR 15 "Contracting by Negotiation" as supplemented with addition information included in this notice. The government will award at the Lowest Price Technically Accepted Level (LPTA). The Government reserves the right to award a contract to other than the lowest proposed price. The contract will be a single award, Firm-Fixed-Price type contract. Estimated magnitude for the total project is under $500,000. Services are incidental and the contractor shall provide all personnel, management, materials, supplies, equipment, tools, and any other items to deliver commercial of the shelf items, (COTS) for the HVAC system located at Saipan International Airport located on Saipan Island in the United States Commonwealth of the Northern Mariana Islands. The Place of Performance is : SAIPAN INTERNATIONAL AIRPORT I Fadang, Saipan 96950, CNMI 15.1197°N, 145.7283°E The Contractor shall also provide all personnel, transportation, supervision, other requirements necessary for, or incidental to performing the work described herein. The Contractor shall be responsible for obtaining and maintaining any registrations, certifications, licenses, permits, warrants or permissions as required for the performance of this supply contract. This requirement is geographically restricted to vendors located in Guam. Statement of Work, Statement of Need and Specifications, will be issued as attachments to the Combined Synopsis/Solicitation. Period of Performance: 180 Days after award of contract. A pre-proposal conference/ site-visit for the Saipan Airport Facility Critical Repairs/Replacement will be held on August 15th, 2018 from 0900 to 1200 local time. This requirement will be Brand Name or Equal. Brand Name or Equal applies to a listed manufactured or commerical off the shelf items listed within the statement of need. Interested offeror's must be registered in SAM. No award will be made to company that is not registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM You will need your DUNS number to register. All companies must be registered and have an active cage code in SAM before submitting their proposal. Proposals will be required to remain valid for a period of 90 days. All questions pertaining to this solicitation must be submitted in writing (e-mail only) to Shayla Lucas at Shayla.J.Lucas@usace.army.mil and Robert Duran at robert.m.duran@usace.army.mil CLIN Schedule is as follows: Please see attached solicitation. This contract will have option year periods. Quotes are required to be received no later than 04:00PM EST (Central Daylight Time), Friday, 07 September 2018. Quotes and supporting documentation must be e-mailed to Shayla Lucas at shayla.j.lucas@usace.army.mil and cc Robert Duran at robert.m.duran@usace.army.mil Quotes received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition or are deemed to be in the best interest of the government. The following clauses and provisions apply to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) Award will be made to the responsible bidder whose quote conforms to the RFQ and is most advantageous to the Government considering only price. The following FAR clauses and provisions are applicable to this acquisition: Clauses Incorporated By Reference: 52.204-7 System for Award Management OCT 2016 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.212-1 Instructions to Offerors--Commercial Items JAN 2017 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.215-23 Limitations on Pass-Through Charges OCT 2009 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns OCT 2014 52.219-4 Alt I Notice of Price Evaluation preference for HUBZone Small Business Concerns (JAN 2011) Alternate I JAN 2011 52.219-6 Notice of Total Small Business Set-Aside NOV 2011 52.222-3 Convict Labor JUN 2003 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-41 Service Contract Labor Standards MAY 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.223-2 Affirmative Procurement of Bio based Products under Service and Construction Contracts SEP 2013 52.223-15 Energy Efficiency in Energy-Consuming Products DEC 2007 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts MAY 2008 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011 52.232-1 Payments APR 1984 52.232-23 Assignment of Claims MAY 2014 52.232-30 Installment Payments for Commercial Items JAN 2017 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.242-17 Government Delay of Work APR 1984 52.243-1 Changes--Fixed Price AUG 1987 52.246-25 Limitation of Liability--Services FEB 1997 52.247-12 Supervision, Labor, or Materials APR 1984 252.204-7003 Control of Government Personnel Work Product APR 1992 252.225-7012 Preference for Certain Domestic Commodities DEC 2017 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.246-7000 Material Inspection and Receiving Report MAR 2008 252.247-7023 Transportation of Supplies by Sea APR 2014 252.247-7028 Application for U.S. Government Shipping Documentation/Instructions JUN 2012 Clauses Incorporated By Full Text: 52.209-1--QUALIFICATION REQUIREMENTS (FEB 1995) 52.209-2--PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS--REPRESENTATION (NOV 2015) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS. 52.212-3--OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2017) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2018) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013) 52.225-19 CONTRACTOR PERSONNEL IN A DESIGNATED OPERATIONAL AREA OR SUPPORTING A DIPLOMATIC OR CONSULAR MISSION OUTSIDE THE UNITED STATES (MAR 2008) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-18-R-0124/listing.html)
 
Record
SN05023478-W 20180809/180807231026-efd1e86d1b03f28327553f80c71cdf58 (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.