SOLICITATION NOTICE
J -- Controlled Humidity Protection (CHP) Corrective Maintenance
- Notice Date
- 9/16/2020 3:09:20 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
- ZIP Code
- 50131-1824
- Solicitation Number
- W912LP-20-Q-4539
- Response Due
- 9/25/2020 7:00:00 AM
- Archive Date
- 10/10/2020
- Point of Contact
- Kelsey Letcher, Phone: 5152524508, Tracy C Miller, Phone: 5152524616
- E-Mail Address
-
kelsey.l.letcher.civ@mail.mil, tracy.c.miller11.mil@mail.mil
(kelsey.l.letcher.civ@mail.mil, tracy.c.miller11.mil@mail.mil)
- Description
- Controlled Humidity Program (CHP) Corrective Maintenance Services Iowa Army National Guard W912LP-20-Q-4539 This is a combined synopsis/solicitation for commercial services 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.� This solicitation, W912LP-20-Q-4539, is being issued as a Request for Quotation (RFQ).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, effective 31 Aug 2020.� This procurement is Unrestricted.� The NAICS code is 238220 and the small business size standard is $16.5 million. Basis for award is Price. The following commercial services are requested in this solicitation: Contractor shall provide Corrective Maintenance Services on 12 Iowa Army National Guard Controlled Humidity Program (CHP) systems, listed in Technical Exhibit #2 of the Performance Work Statement. Contract line item numbers (CLINs) and quantities are provided in Attachment 2 � Contractor Information and Pricing Table. Proposed prices shall be firm fixed price (FFP) and inclusive of all labor, tools, parts, materials, travel, and associated services required to provide the corrective maintenance as described within the PWS. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1 (DEV), Instructions to Offerors � Commercial Items DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contact Terms and Conditions � Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Contractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Work Product DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information to Litigation Support DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text.� The full text is found in Attachment #2. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7017, Prohibition of the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation The following clauses are incorporated by full text.� The full text is found in Attachment #2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Service Contract Labor Standards (formerly Service Contract Act) applies to this acquisition. See Attachment #4 for wage determinations. Submission Requirements: The contractor shall provide a proposal on company letterhead, and a completed Attachment #2, Contractor Information and Pricing Schedule. The contractor shall also provide documentation demonstrating that any personnel performing under the resulting contract are fully trained, licensed, certified and qualified to provide services on the brands/models of equipment listed in PWS TE #1 and TE #2. Questions regarding this solicitation may be submitted to Ms. Kelsey Letcher, Contract Specialist to the email addresses provided below. Questions shall be submitted no later than 11:00 a.m. local (central) time on 21 September 2020. Questions and Answers (Q&A) will be consolidated and posted to Contracting Opportunities in beta.sam.gov on a non-attribution basis. The final Q&A will be posted no later than 3:00 p.m. on 23 September 2020. Proposals are due by 9:00 a.m. local (central) time on 25 September 2020. Electronic proposals are preferred, and may be submitted via email to Ms. Kelsey Letcher, kelsey.l.letcher.civ@mail.mil. Hard copy proposals may be mailed to USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Ms. Kelsey Letcher, 7105 NW 70th Avenue, Bldg. 3475, Johnston, Iowa, 50131-1824, using a trackable delivery method. Facsimile proposals will not be accepted.� Regardless of how proposals are sent, the contractor is responsible for ensuring that they are received in the USPFO P&C Office by the due date/time. Attachments: #1 � Performance Work Statement (PWS) #2 � Contractor Information and Pricing Schedule #3 � Full Text Provisions and Clauses #4 � Wage Determinations
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/81a3a02b2f2145c1ad64095f3f0fcf76/view)
- Place of Performance
- Address: IA, USA
- Country: USA
- Country: USA
- Record
- SN05799414-F 20200918/200916230159 (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 |