Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
MODIFICATION

Y -- SOLICITATION // USMC SECURITY CAGES INSTALLATION - LONDONDERRY, NH 03053 // 99TH RD

Notice Date
8/21/2020 2:09:50 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-Q-5281
 
Response Due
8/31/2020 11:00:00 AM
 
Archive Date
09/15/2020
 
Point of Contact
Jasmyne Peterson, Phone: 6095622485, Julie Cameron, Phone: 6095627026
 
E-Mail Address
jasmyne.c.peterson.civ@mail.mil, julie.a.cameron.civ@mail.mil
(jasmyne.c.peterson.civ@mail.mil, julie.a.cameron.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INSTRUCTIONS TO OFFERORS THIS REQUIREMENT IS SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE 1. On behalf of the 99th Readiness Division (RD) the United States Army Contracting Jersey (ACC-NJ) has a low magnitude construction project for Security Cages Installation at the Londonderry United States Marine Corps located at 64 Harvey, Londonderry, NH 03053 (NH014). The contractor shall provide all plant, labor, equipment, tools, materials, technical support, supervision and transportation to accomplish all work in accordance with the Specification of Work (SOW). All tasks outlined in the SOW shall be performed. This solicitation will result in a Firm Fixed Price Purchase Order. The North American Industry Classification System (NAICS) Code that apply to the principal nature of the acquisition is (236220) � �Commercial and Institutional Building Construction�, with a corresponding size standard of $39,500,000.00. 2. Period of Performance: All work shall be completed within 60 calendar days from the Notice to Proceed. Place of Performance: Security Cages Installation at the Londonderry United States Marine Corps located at 64 Harvey, Londonderry, NH 03053 (NH014). In accordance with FAR 36.204, �Disclosure of the Magnitude of Construction Projects,� the magnitude of this construction project is between $25,000.00 and $100,000.00. 3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM, go to https://www.beta.sam.gov. 4. A Site Visit is highly encouraged for this requirement. All requests shall be submitted via email to the Contract Specialist and the Regional Facilities Operations Specialist (RFOS) listed below no later than 8:00AM EST on 24 AUGUST 2020. 5. Questions shall be emailed to the Contract Specialist and the Contracting Officer. Questions must specify the section or paragraph of the solicitation for which the clarification is desired. Questions shall be submitted no later than 2:00PM EST on TUESDAY, 25 AUGUST 2020 to Jasmyne Peterson, Contract Specialist at Jasmyne.C.Peterson.civ@mail.mil and Julie Cameron, Contracting Officer at Julie.A.Cameron.civ@mail.mil. The questions will be answered all at once and be posted on Contract Opportunities Page at website www.beta.SAM.gov�once the question period has closed. 6. Proposals are due no later than the date and time listed in Standard Form (SF) 1442, Block 13 and shall be submitted electronically to: Contract Specialist, Jasmyne Peterson, jasmyne.c.peterson.civ@mail.mil and Contracting Officer, Julie Cameron, julie.a.cameron.civ@mail.mil. Updates to this solicitation will be done via amendments. 7. EVALUATION CRITERIA: a. Government intends to award a single, firm-fixed-price contract. The Government will award a contract resulting from this solicitation to the technically acceptable responsive responsible offeror able to meet the requirements of the SOW and with the lowest total aggregate price. Award will be made to a small business contractor who is deemed responsive and responsible in accordance with Federal Acquisition Regulation (FAR), and whose quote conforms to the solicitation requirements b. The Government intends to award a contract without discussions with respective offerors. The Government however, reserves the right to conduct discussion if deemed to be in its best interest. If the price is not determined fair and reasonable, negotiations will commence. The Government will award a contract resulting from this solicitation to the technically acceptable responsive responsible offeror able to meet the requirements of the SOW and with the lowest total aggregate price. 8. COMPLETING A QUOTE FOR SUBMITTAL: a. The Offeror should provide the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the quote and who can contractually obligate the company. The Offeror shall identify those individuals authorized to negotiate with the Government. b. The Offeror shall submit a price for each firm-fixed-price Contract Line Item Number. c. Offeror(s) shall submit a signed SF 1442 (p. 2, Offer Section). The Offeror is required to complete blocks 14, 15, 17, 19, 20a, 20b and 20c of the SF1442. In doing so, the offeror accedes to the contract terms and conditions as written in the Request for Quote. d. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR 52.228-5, �Insurance-Work on a Government Installation� and �Required Insurance.� e. The Offeror should provide a detailed, itemized breakdown of Labor and Material Breakout of quote (Labor Hours, Labor Categories, Labor Rates, Material Quantity, and Material Unit Price). f. Offeror shall ensure payment bond rate listed in the quote matches the percentage rate that was approved and offereed by their selected Surety Bond Insurance Company. g. Offeror�s shall complete and submit Attachment 0001 Contractor Cost Breakdown Form. The Contractor Cost Breakdown Form shall be submitted in Microsoft Excel format and MUST HAVE THE FORMULAS INTACT AND FUNCTIONING. h. The Offeror�s quote shall remain valid for 120 days. 9. Attachment(s): Attachment 0001 � CSS9525 KTR Cost Breakdown Form Attachment 0002 � CSS9525 USMC Cage Installation Manual Attachment 0003 � CSS9525 USMC Cage Pictures Attachment 0004 � CSS9525 USMC Cage Site Layout Attachment 0005 - Solicitation W15QKN-20-Q-5281 Amendment 0001
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/754e23ff8ed544b3a966f869437b8f35/view)
 
Place of Performance
Address: Londonderry, NH 03053, USA
Zip Code: 03053
Country: USA
 
Record
SN05768633-F 20200823/200821230200 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.