Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2020 SAM #6873
SOLICITATION NOTICE

L -- Explosive Safety Site Plan

Notice Date
9/21/2020 9:45:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-20-Q-2009
 
Response Due
9/25/2020 12:00:00 PM
 
Archive Date
10/10/2020
 
Point of Contact
Vicky L. Williams, Phone: 5152524273, Tracy C. Miller, Phone: 5152524616
 
E-Mail Address
vicky.l.williams10.civ@mail.mil, tracy.c.miller11.mil@mail.mil
(vicky.l.williams10.civ@mail.mil, tracy.c.miller11.mil@mail.mil)
 
Description
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-2009, 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 541990 and the small business size standard is $15.0 million. Basis for award is Price. The following commercial services are requested in this solicitation:� Contractor shall provide an Explosive Safety Site Plan (ESSP) for the Iowa Army National Guard (IAARNG) Ammunition Supply Point (ASP), in compliance with DA PAM 385-65 Chapter 2 and Appendix E, for submission to the Department of Defense Explosive Safety Board (DDESB). See Performance Work Statement (PWS) for complete description of the requirement.� CLIN 0001. Explosive Safety Site Plan, Quantity/Unit of Issue: 1 Job CLIN 0002. Contractor Manpower Reporting (CMR), Quantity/Unit of Issue: 1 Job NOTE: Contractor may price CMR or indicate �no charge� or �not separately priced.�� Proposed prices shall be firm fixed price (FFP) and inclusive of all labor, tools, parts, materials, travel, and associated services required to provide the Explosive Safety Site Plan as described in 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 52.222-49 Service Contract Labor Standards-Place of Performance Unknown� DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Service Contract Labor Standards (formerly Service Contract Act) applies to this acquisition, and the Wage Determination applicable to the primary site of work (vendor�s facility) will be incorporated into the contract. Submission Requirements: The contractor shall complete the Contractor Information and Pricing Table on Attachment #3. �The submission shall include documentation that contractor personnel performing under the contract are fully qualified to perform the necessary tasks. Questions regarding this solicitation may be submitted to Ms. Vicky Williams, Contract Specialist to the email addresses provided below. Questions shall be submitted no later than 11:00 a.m. local (central) time on 23 September 2020.� Proposals are due by 2:00 p.m. local (central) time on 25 September 2020. Electronic proposals are preferred, and may be submitted via email to Ms. Vicky Williams at vicky.l.williams10.civ@mail.mil. Hard copy proposals may be mailed to USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Ms. Vicky Williams, 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 � Full Text Provisions and Clauses #3 � Contractor Information and Pricing Table �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/be52ddbe79194ff5806907ba9e206940/view)
 
Place of Performance
Address: Johnston, IA 50131, USA
Zip Code: 50131
Country: USA
 
Record
SN05805355-F 20200923/200921230211 (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.