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

23 -- 115th Fighter Wing Temporary Modular/Mobile Offices

Notice Date
7/31/2020 9:03:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321991 — Manufactured Home (Mobile Home) Manufacturing
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
 
ZIP Code
53704-2591
 
Solicitation Number
W50S9F-20-Q-0010
 
Response Due
8/10/2020 1:00:00 PM
 
Archive Date
08/25/2020
 
Point of Contact
Major Dave Mattila, Phone: 6082454788
 
E-Mail Address
115.FW.FW-Contracting.Org@us.af.mil
(115.FW.FW-Contracting.Org@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation W50S9F-20-Q-0010 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, effective 02 July 2020, and Defense Acquisition Circular DPN 20200605, effective 05 June 2020. (iv) This RFQ is solicited as Total Small Business Set-Aside. The NAICS code is anticipated to be 321991 with a Small Business Size Standard of 1,250 employees. (v) The Wisconsin Air National Guard is seeking the following item(s): CLIN 0001: Lease of 5 each 24x60 mobile/modular offices � Base Year. CLIN 0002: Mobilization of 5 each trailers (Delivery, set-up) CLIN 0003: Demobilization of 5 each trailers (Disassembly, Removal) CLIN 0004 (Option): Lease of 5 each 24x60 mobile/modular offices � Option Year 1. CLIN 0005 (Option): Lease of 5 each 24x60 mobile/modular offices � Option Year 2. CLIN 0006 (Option): Lease of 1 additional 24x60 mobile/modular offices � Base Year. CLIN 0007 (Option): Mobilization of 1 each additional trailers (Delivery, set-up) CLIN 0008 (Option): Demobilization of 1 each trailers (Disassembly, Removal) CLIN 0009 (Option): Lease of 1 additional 24x60 mobile/modular offices � Option Year 1. CLIN 0010 (Option): Lease of 1 additional 24x60 mobile/modular offices � Option Year 2. (vi) Description of requirement: The 115th Fighter Wing has a requirement to procure by leasing/renting temporary modular/mobile office facilities to accommodate unit members that are displaced from their offices during construction. Minimum requirements of the temporary office facilities are provided in the Purchase Description (attached). The Government intends to issue a Firm Fixed Price contract. SPECIAL INSTRUCTIONS: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award. (vii) Delivery schedule is such that the trailers are set up, fully functional and ready for occupancy by 31 October 2020. (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix) The Government will award an agreement resulting from this solicitation to the responsible offeror(s) whose offer is found to be the Lowest Price Technically Acceptable (LPTA). The following factors shall be used to evaluate offers as Acceptable/Unacceptable: 1.�� �Does the contractor�s proposal meet the minimum requirements as defined in the Purchase Description? 2.�� �Does the contractor�s proposal provide an installation schedule that will meet the timeline as specified in the solicitation? **Note: Government reserves the right to request photos of units to be provided to fulfill requirement prior to making award. ** (x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 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 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations � 52.212-1 (CD 2018-O0018), Instructions to Offerors � Commercial Items 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items 52.212-4 Contract Terms and Conditions�Commercial Items 52.212-5 (CD 2018-O0021) Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items 52.217-4 Evaluation of Options Exercised at Time of Contract Award 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.219-6 (CD 2020-O0008) Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.223-21 Foams 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-34 Payment by Electronic Funds Transfer�Other than System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program�Basic 252.225-7012 Preference for Certain Domestic Commodities 252.225-7021 Trade Agreements--Basic 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.244-7000 Subcontracts for Commercial Items 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea � (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. Instructions to Offerors: 1. Quotes in response to this solicitation must include the Offeror�s CAGE Code or DUNS Number. 2. Quotes must be valid until September 30, 2020. 3. Provide an offer/proposal with sufficient information to facilitate an evaluation whereby the government can make a determination of lowest price technically acceptable. Failure to provide sufficient information will result in offer/proposal being deemed unacceptable. 4. Provide pricing by completing and submitting RFQ Pricing Response attachment. Request that pricing be provided by monthly rates for the applicable CLIN�s.� 5. Contractors are responsible for monitoring Contracting Opportunities within Beat.SAM.gov for any changes/updates to the solicitation. 6. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received earlier than 5 days prior to the offer due date may not be answered. � ***Combined Synopsis/Soliciation Ammendments*** Amendment #1 dated 23 July 20 Description of Amendment: Added Combo Question-Answer #1 Attachment Amendment #2 dated 24 July 20 Description of Amendment: Added Combo Question-Answer #2 Attachment Added�A.02.Revised Floor Plan Drawing dtd 24 Jul 20 Attachment Amendment #3 dated 28 July 20 Description of Amendment: Added Combo Question-Answer #3�Attachment Amendment #4�dated 28 July 20 Description of Amendment: Added Combo Question-Answer #4�Attachment Amendment #5�dated 31�July 20 Description of Amendment: Added Combo Question-Answer #5�Attachment
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b267aeef8030492d9cc7478852bcd632/view)
 
Place of Performance
Address: Madison, WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN05741800-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.