Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

63 -- Installation Wireless Fire Alarm Master Box System CRREL

Notice Date
2/27/2020 8:55:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E520Q1694
 
Response Due
3/6/2020 12:00:00 PM
 
Archive Date
03/21/2020
 
Point of Contact
Leah Cobb, Davita Baloue
 
E-Mail Address
Leah.B.Cobb@usace.army.mil, Davita.S.Baloue@usace.army.mil
(Leah.B.Cobb@usace.army.mil, Davita.S.Baloue@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
********************* Amendment 0003 Site Visit March 2, 2020, 1:00pm Eastern Time. An Organized site visit has been scheduled for 2 March 2020 at 1:00 PM Eastern Time. Participants will meet at CREEL Main Lobby at 72 Lyme Rd, Hanover, NH 03755.� The site visit will also include a visit to the Hanover Dispatch site at 46 Lyme Rd, Hanover, New Hampshire.� Offerors are highly encouraged to attend the site visit and inspect the sites where services are to be performed.� If you plan to attend the site visit or have any questions concerning the site visit contact Leah Cobb, Leah.B.Cobb@usace.army.mil by 12:00 Eastern Time 27 February 2020. ****************************** ********************* Amendment 0002 Receipt of quotations is extended to March 6, 2020, 2:00pm Central. ****************************** Amendment 0001 Site Visit Attendees: Signal Communications Corporation�������� Cage 44744 ************************************** 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.� Solicitation Number W913E520Q1694 is issued as a Request for Quote (RFQ) with the intent to issue a single Firm-Fixed Price Contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. This procurement is being competed as a 100% Small business Set-Aside. The North American Industry Classification System Code for this procurement is 238210 - Electrical Contractors and Other Wiring Installation Contractors; Size Standard 16.5 M. This procurement is being conducted in accordance with regulations at FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) Hanover, NH has a requirement for the Installation of the Wireless Fire Alarm Master Box System. �A Performance Work Statement is attached with additional details. Potential vendors may access the following attachments below: Attachment 01 (Performance Work Statement) Pre-Proposal Site Visit: An Organized site visit has been scheduled for 12 February 2020 at 12:00 PM Eastern Time. Participants will meet at CREEL Main Lobby at 72 Lyme Rd, Hanover, NH 03755.� The site visit will also include a visit to the Hanover Dispatch site at 46 Lyme Rd, Hanover, New Hampshire.� Offerors are highly encouraged to attend the site visit and inspect the sites where services are to be performed.� If you plan to attend the site visit or have any questions concerning the site visit contact Leah Cobb, Leah.B.Cobb@usace.army.mil by 12:00 Eastern Time 11 February 2020. �� Potential vendors may access the following attachments below: Attachment 01 (Performance Work Statement) � In accordance with the attached Description of Requirement (Attachment 01), an award for this acquisition will be provided to the vendor whose quote is the Lowest Priced of those determined to be Technically Qualified (LPTA). The Government intends to award without discussions, however, reserves the right to hold discussions, if necessary.� Therefore, offerors should provide their best possible proposal from a technical and pricing standpoint. � It is incumbent upon the Offeror to submit sufficient documentation and information for the Government to determine technical capability and quoted price.� Failure to submit sufficient information for the government to determine technical capability and quoted price may be cause for rejection of your quote. � SAM Registration: Pursuant to FAR Provision 52.204-7, prior to award all Offerors must be registered in the System for Award Management before being eligible for consideration for award, if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at https://sam.gov/SAM/� � Before a complete evaluation of your quote can be made the Offeror must provide ""Offeror Representations and Certifications"" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package. The full text of a FAR provision or clause may be accessed electronically at https://www.acquisition.gov/content/regulations The following provisions apply to this acquisition: 52.204-7 System For Award Management; 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I); 52.212-4 Contract Terms and Conditions � Commercial Items; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52-222-26 Equal Opportunity; 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-41 Service Contract Labor Standards; 52.222-50 Combating Trafficking in Persons; 52.223-10 Waste Reduction Program; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-3 Buy American --Free Trade Agreement--Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-1 Site Visit; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; The full text of these DFARS clauses can be accessed electronically at website: https://www.acquisition.gov/content/regulations The following clauses apply to this acquisition: 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 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; 252.243-7001 Pricing Of Contract Modifications 252.247-7023 Transportation Of Supplies By Sea� All technical inquiries and questions relating to W913E520Q1694 are to be submitted to Leah Cobb via e-mail at Leah.B.Cobb@usace.army.mil.� All are encouraged to submit questions at least two (2) calendar days prior to the closing/response date and time of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary.� Please review the specifications in their entirety and review the https://beta.sam.gov/ website for answers to questions prior to submission of a new inquiry.� Quotes are due Friday, 21 February 2020 not later than 2:00 p.m. Central Time by email to Leah.B.Cobb@usace.army.mil. You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. You should check the https://beta.sam.gov/ web site often for a new solicitation and/or amendments to this solicitation. Quotes are due Friday, 21 February 2020, not later than 2:00 p.m. CST by email to Leah.B.Cobb@usace.army.mil� Offerors are responsible for ensuring that their quotes arrive prior to the scheduled closing date and time. Quotes must be clearly identified as being submitted for Solicitation Number W913E520Q1694
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9d070b0d746a42628e250ab47e65ce2d/view)
 
Place of Performance
Address: Hanover, NH 03755, USA
Zip Code: 03755
Country: USA
 
Record
SN05574721-F 20200229/200227230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.