Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

Z -- MCC RENOVATION

Notice Date
7/31/2020 1:59:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA5575 496 ABS PK DA LGC APO AE 09643-6585 USA
 
ZIP Code
09643-6585
 
Solicitation Number
FA557520QBB01
 
Response Due
8/6/2020 5:00:00 AM
 
Archive Date
08/21/2020
 
Point of Contact
Borja Barbacid, Marcus Drinkard
 
E-Mail Address
borja.barbacid.1.es@us.af.mil, marcus.drinkard@us.af.mil
(borja.barbacid.1.es@us.af.mil, marcus.drinkard@us.af.mil)
 
Description
2COMBINED SYNOPSIS/SOLICITATION �COMBO�: FA557520QBB01 MCC Renovation (i) ���������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii)��������� Solicitation FA557520QBB01 is issued as a Request for Quotation (RFQ). (iii)��������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Change 110, effective 24 June 2020. (iv)��������� This solicitation is full and open without exclusion; the associated NAICS code is 236220 � Commercial and Institutional Building Construction (v)���������� The Pricing Schedule is incorporated as Attachment 3 � MCC Reno - Price Schedule. Vendors shall complete the attachment in its entirety and return with any other documentation/data as required by this Pricing Schedule. (vii)�������� Delivery shall be FOB Destination. All services are to be performed at: Moron AB, Spain (viii)������� FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. (ix)��������� FAR 52.212-2 Evaluation-- Commercial Items (Oct 2014) is hereby incorporated by full text: a.���� The Government will award one contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation is determined to be the best value quote utilizing FAR Parts 12 and 13.� The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest.� In addition, the government may conduct comparative evaluations of quoter's to determine the best value quote. The Evaluation Factors are: I.����� Price; II.���� Technical capability of the item offered to meet the Government requirement; III.��� Past Performance. b.���� A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x)���������� Each vendor shall ensure the provision at FAR 52.212-3, Vendors Representations and Certifications--Commercial Items (Nov 2017), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi)��������� The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii)�������� The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders � Commercial Items� (Deviation 2013-O0019) (Nov 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS � March 2015 (xiii)������� No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition (xiv)������� NOTICE TO ALL INTERESTED PARTIES: ��������������� Site Visit Base Pass Information: Parties interested in attending the site visit must provide a) name of company b) list of individuals attending c) front and back copies of DNI cards. (Even if you already have access to the base you must notify us that you intend to visit this specific site visit. This information must be provided via email to TSgt Marcus Drinkard (marcus.drinkard@us.af.mil) and Borja Barbacid (borja.barbacid.1.es@us.af.mil) no later than 2:00PM Local Time on 14 July 2020 ��������������� Site Visit: A site visit will be held at 2:00PM Local Time on 22 July 2020 Questions and Answers:� Questions are due via email to TSgt Marcus Drinkard (marcus.drinkard@us.af.mil) and Borja Barbacid (borja.barbacid.1.es@us.af.mil) no later than 2:00PM Local Time on 27 July 2020. Offers:� Quotes are due no later than 2:00PM Local Time on 6 Aug 2020. Quotes shall include the following: a.���� Price � Submit one (1) copy of price schedule; b.���� Technical Capability Narrative; c.���� Past Performance Information. (xv)�������� Quotations shall be submitted electronically via e-mail to TSgt Marcus Drinkard (marcus.drinkard@us.af.mil) and Borja Barbacid (borja.barbacid.1.es@us.af.mil).� For information regarding this RFQ contact the same. Quotes submitted electronically are cautioned that Moron has very strict firewall protocols and the government will not be held responsible for timely and complete receipt of quotes by email.� If submitting quote by e-mail, only submit one copy and the maximum size of email shall not exceed 4MB.� Quote can be split over multiple e-mails and if sending multiple e-mails, ensure subject line contains how many emails have been sent with the text to be used as follows: �E-mail X of Y� (1 of 4, 2 of 4, etc.).� Please confirm delivery of your quote by email. (xvi)������� List of Attachments: Attachment 1 � MCC Reno- PWS Attachment 2 � MCC Reno- ROT Attachment 3 - Pricing Schedule (xvii)������ Companies must be registered in SAM.gov: https://www.sam.gov/portal/SAM/� and invoices shall be submitted thru Wide Area Work Flow website: https://wawf.eb.mil/ (End of clause) Addendums: Addendum to FAR 52.212-1 (m) The offeror shall prepare in narrative format key elements giving an explanation on the procedures that will be used during contract execution providing confidence that the offeror has a complete understanding of the attached Performance Work Statements requirements. The narrative shall not exceed more than 10 pages not including visual aids with the complete technical capability narrative package not exceeding 20 pages. (n) The Past Performance information may be obtained from the following sources: (A) Reference List (not to exceed 3 pages); (B) The contracting officer's knowledge of and previous experience with the supply or service being acquired; (C) Customer surveys, and past performance questionnaire replies; (D) The Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or (E) Any other reasonable basis. Offerors with no relevant past performance history are treated neither favorably nor unfavorably, however, the Government may use information obtained from other sources to determine a final past performance rating. Past performance evaluation will be performed based on the following criteria: Recency: The Government will confirm whether work submitted by the quoter has been completed within the past 3 years from the solicitation release date or are currently in progress. Relevancy:� The Government will evaluate work submitted by the quoter to determine relevancy. Relevancy is defined as similar services when compared to this solicitation in terms of actual services provided. The Government is not bound by the offeror's opinion of relevancy. Addendum FAR 52.212-2 � Award Process:� The Government intends to award to the best value quote.� In accordance with 13.106-2(b)(3), the Government is not required to establish a competitive range, conduct discussions, or score quotes.� Consistent with simplified acquisition procedures, the evaluation process is as follows: � Price:� All quoters' proposed prices will be determined by adding the proposed price for each Contract Line Item Number (CLIN) to confirm the extended amount and the total amount. The price evaluation will document the reasonableness and completeness of the total evaluated price. Arithmetic Discrepancies:� For the purpose of initial evaluation of quotes, the following will be utilized in resolving arithmetic discrepancies as submitted by the quoter. (A) Obviously misplaced decimal points will be corrected; (B) Discrepancy between unit price and extended price, the unit price will govern; (C) Apparent errors in extension of unit prices will be corrected; (D) Apparent errors in extended prices per CLIN will be corrected. The Government will evaluate all quotes for price, ranking the quoters from lowest to highest total evaluated price. Technical capability Technical capability of the item offered to meet the Government requirement; The Government will evaluate the lowest total evaluated priced quote�s narrative to ensure it meets the requirements set forth in the attached Performance Work Statement as outlined in Addendum to FAR Provision 52.212-1. If the quote is determined NOT to meet the Governments requirement, the evaluation will continue to the next lowest quote until one is determined to meet the Governments requirement. Past Performance:� The quote with the lowest total evaluated price determined to meet the Government�s requirement will be evaluated for past performance based on subjective assessment of how well the quoter performed on past recent and relevant work, as outlined in Addendum to FAR Provision 52.212-1.� Quoter must receive an Acceptable rating to receive an award.� This rating is based upon quoter-provided information, or information obtained from any other sources of past performance information, indicating performance of same or similar requirement as follows: RATING DEFINITION Acceptable: Based on the quoter's performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoter's performance record is unknown. Unacceptable: Based on the quoter's performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort. (End of provision)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ce420d38e1384f8483fa1cce1d988134/view)
 
Place of Performance
Address: Moron Air Base, ESP
Country: ESP
 
Record
SN05741755-F 20200802/200731230147 (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.