Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOLICITATION NOTICE

J -- ARMAG Electrical Reconnection

Notice Date
1/12/2021 2:29:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W6QM MICC FDO FT BRAGG FORT BRAGG NC 28310-5000 USA
 
ZIP Code
28310-5000
 
Solicitation Number
PANMCC-21-P-0000_000531
 
Response Due
1/19/2021 6:00:00 AM
 
Archive Date
02/03/2021
 
Point of Contact
Morgan McCreary, Phone: 828-773-7920, Marissa Warner, Phone: 9104329847
 
E-Mail Address
morgan.a.mccreary.mil@mail.mil, marissa.k.warner.mil@mail.mil
(morgan.a.mccreary.mil@mail.mil, marissa.k.warner.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR 13.5 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-09. Solicitation PANMCC21P00000000531 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed-Price (FFP) contract from this solicitation. This is a 100% Small Business Set North American Industry Classification System (NAICS) code is 238210 (Electrical Contractors and Other Wiring Installation Contractors), with a current size standard $16.5M. This requirement Offerors must be registered in www.sam.gov �and must state that this has been accomplished when submitting the technical quote. Description of requirements: See Statement of Work (SOW) for full details: The contractor shall provide the listed services to include all personnel, equipment, materials, supervision, licenses, quality control, and other items and services necessary to provide the requested items within the attached salient characteristics. This service project is to connect six ARMAG Modular Vaults to utility power and install all necessary communication lines for the security system. Services include connection of six (6) ARMAGs to existing electrical infrastructure located within nearby buildings; D2450, C-9445, C-8232. The ARMAG Modular Vault requires single phase 220V, 100A electrical service to an externally mounted 100A distribution panel. The vault is also equipped with an Intrusion Detection System (IDS) that requires communication cables installed. Contractor will provide necessary connections from power supply and communications to six (6) ARMAGs and establish necessary grounding requirements to ensure that electrical installation meets required building codes. This RFQ contains one (1) Contract Line Item Number (CLIN) on a Firm Fixed Price basis. CLIN�������������������� �DESCRIPTION��������������������������������������������� QUANITITY�����������������������TOTAL PRICE 0001���������������� �(4) ARMAG Electrical Connection at BLDG D2450�������������� �1 Job 0002���������������� �(1) ARMAG Electrical Connection at BLDG C9445�������������� �1 Job 0003������������������(1) ARMAG Electrical Connection at BLDG C8232��������������� 1 Job *The final line item number(s) or CLIN structure will be determined at time of award with consideration from industry best practices* When bidding on this requirement please include the information below and do a price breakdown for the above mentioned CLIN(s): ����������� Cage Code: ����������� DUNS No: ����������� TIN: ����������� Payment Terms: ����������� Delivery Time (Including Lead Time): ����������� Date offer expires (Must be valid for a least 30 days):� Place of Performance:� Fort Bragg, NC� 28310 Period of Performance date range: Work must be completed within 14 days after contract award. Acceptance will be performed by the Government. The FOB Point is destination.� The quotation price shall include all travel cost which shall not be included as a spate line item.� The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: SITE VISIT:� Site visit is schedule on 14 January 2021 from 0900-1000 at D2450 on Gruber Rd, Fort Bragg, NC 28310.� Offerors interested in a site visit should confirm with Morgan McCreary at morgan.a.mccreary.mil@mail.mil no later than 1600 on 13 January 2021. QUESTIONS: The Offeror is requested to thoroughly review the requirements of this solicitation and submit any questions to this combined synopsis to Morgan McCreary at morgan.a.mccreary.mil@mail.mil by 14 January 2021 at 1500 (3:00 p.m.)., Eastern Standard Time.� Answers to questions will be posted as an amendment to the combined synopsis once the due date has past. SUBMISSION OF QUOTE: (Late offerors will not be accepted) Quotes are due by 19 January 2021 at 0900 Eastern Standard Time to Morgan McCreary at morgan.a.mccreary.mil@mail.mil and Warner Marissa at marissa.k.warner.mil@mail.mil. Representation�must be done in System for Award Management�or completing and submitting�the representation documents attached to this combined synopsis. SAM representation is still required. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition and any addenda to the provision. The evaluation procedures to be used are listed by order or precedent.� Technical capability and schedule are equally important, and more important than price. 1) Technical acceptability to meet the Government requirement IAW the SOW:� Items quoted must demonstrate the ability to meet the technical requirements, including, license, and certification requirement. A mere statement that the vendor �will meet the Government�s requirements� is insufficient; the vendor must demonstrate how it will meet the requirement. 2) Schedule: Offerors must be able to meet the no later than 14 day timeline for completion after notice of award. The quote must include estimated duration of work. 3) Price: �Offeror price must be found reasonable and within the funding available for the procurement.� The quote must include all costs, materials and any pertinent information to determine price reasonableness. All ancillary parts and services (i.e. fuel surcharges) shall be included within the pricing structure provided. Deviations from the pricing structure may result in the quote being considered non-responsive to the solicitation. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition are: Offerors�MUST represent�prior to award�IAW��FAR rule 2019-009, published on July 14, 2020, and effective on August 13, 2020, we must inform Resolve Industrial Solutions of the implementation of the Section 889(a)(1)(B) Prohibition on Contracting with Entities Using Certain Telecommunications and Video Surveillance Services or Equipment.� Department of Public Works requires all electrical work be completed by licensed electricians must ""maintain current certifications as required by local authority having jurisdiction (AHJ) during the execution of this contract."" Vendor must be able to provide proof of license and certifications upon request. EVALUATION. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The following factors shall be used to evaluate quotes: (1) Technical acceptability, Schedule, Price: All pricing quoted shall be FOB Destination. Technical Acceptable/Unacceptable Ratings: Adjectival Rating������������������������������������Description Acceptable������������������������������������� Quote meets the requirements of the solicitation. Unacceptable��������������������������������� Quote does not meet the requirements of the solicitation. All responsible sources may submit a quote, which will be considered by the Government. Award will be made to the offeror whose quote conforms to the solicitation requirements and is able to satisfy the Government�s requirements. Offeror must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items and Alternate I (this must be completed on https://www.acquisition.gov.�� BASIS OF AWARD Contract award shall be made to the responsible Offeror whose offer meet the requirements outlined in provision at 52.212-2, Evaluation and any addendum outlined in this combined synopsis. Award will be made to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government.� Offeror quotes will be evaluated in the following manner.� The quotes that is found technically acceptable IAW with the combine synopsis will be identified.� The three quotes with the earliest completion to meet the schedule IAW the SOW will be selected. If the quoted price does not exceed the amount of funding available for the procurement, the offeror with the earliest completion date will be selected and evaluated to determine if it is reasonable. If found acceptable the Contracting Officer will then determine if the successful offeror(s) are found responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement to include a review of past performance. If the quoted price is found to be reasonable and responsible, the offeror will be identified as the �successful offeror. If contract award cannot be made to the successful offeror, the Contracting Officer will evaluate the next earliest schedule quote following the procedures described above. This process will continue until a contract award can be made or the Contracting Officer determines that no contract award can be made. The Contracting Officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. �The Contracting Officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement.�Quotes will be evaluated and ranked according to the provision at 52.212-2 listed in the combined synopsis. The Government intends to evaluate quotes and award a contract without discussions with vendors. Vendors should not expect requests for clarification or additional information from the Government. Therefore, the vendor�s initial quote should contain the vendor�s best terms from technical, past performance and price standpoint. However, the Government reserves the right to conduct discussions with vendors if later determined by the Contracting Officer to be necessary and in the best interest to the Government. The Government may reject any or all quotes if such action is in the public interest; and may waive informalities and minor irregularities in quotes received. The General Standard of Responsibility found in FAR 9.104-1 and in accordance with FAR 9.104-2. DISCLAIMER: This is a request for the submission of a quote and does not constitute a contract or authorization to begin work. Nor does an offeror�s submission of a quote constitute a contract or authorize the individual or company to being work. Attachments Statement of Work Register of Wage Determinations Representation Document: 52.204-26 Covered Telecommunications Equipment or Services-Representation Provision or Clause: It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFARS clauses and provisions may be viewed in full text via the Internet at https://www.acquisition.gov/. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran� Representation and Certifications. 52.233-2 Service of Protest. 52.202-1 Definitions. 52.203-5 Covenant against Contingent Fees. 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.203-7 Anti-Kickback Procedures. 52.204-7 System for Award Management 52.204-8 Annual Representations and Certifications 52.204-13 System for Award Management Maintenance 52.217-8 Option to Extend Services 52.222-41 Service Contract Labor Standards 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-1 Payments. 52.232-39 Unenforceability of Unauthorized Obligations. 52.244-6 Subcontracts for Commercial Items 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7000 Disclosure of Information OCT 2016 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.223-7004 Drug Free Work Force SEP 1988 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.247-7023 Transportation of Supplies by Sea FEB 2019 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2020) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: �(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31�U.S.C.�3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19�U.S.C.�3805�note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _XX_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (June 2020), with Alternate I (Oct 1995) (41�U.S.C.�4704 and 10�U.S.C.�2402). _XX_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41�U.S.C.�3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _XX_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31�U.S.C.�6101�note). _XX_ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _XX_ (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31�U.S.C.�6101�note). _XX__(i) 52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (15�U.S.C.�644). _XX_ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15�U.S.C.�637(d)(2) and (3)). _XX_-(i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15�U.S.C.�644(r)). _XX_ (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). __ (30) _XX__(i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). __ (ii) Alternate I (Feb 1999) of 52.222-26. __ (31) _XX__(i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38�U.S.C.�4212). _XX__(i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793). _XX_ (33) 52.222-37, Employment Reports on Veterans (Jun 2020) (38�U.S.C.�4212). XX__ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). XX__(i) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22�U.S.C.�chapter�78 and E.O. 13627). _XX_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun XX__ (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31�U.S.C.�3332). _XX_ (61) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5�U.S.C.�552a). _XX_ (62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15�U.S.C.�637(d)(13)). �(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _XX_ (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41�U.S.C.�chapter67). XX__ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41�U.S.C.�chapter�67). _XX_ (7) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). �(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. �(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. �(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. �(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- �(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41�U.S.C.�3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). �(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). �(v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15�U.S.C.�637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246). �(viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38�U.S.C.�4212). �(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793). (x) 52.222-37, Employment Reports on Veterans (Jun 2020) (38�U.S.C.�4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. �(xii) 52.222-41, Service Contract Labor Standards (Aug2018) (41�U.S.C.�chapter�67). (xiii) (A) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22�U.S.C.�chapter�78 and E.O 13627). (B) Alternate I (Mar2015) of 52.222-50 (22�U.S.C.�chapter�78�and�E.O.�13627). �(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May2014) (41�U.S.C.�chapter�67). �(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May2014) (41�U.S.C.�chapter�67). (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). �(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5�U.S.C.�552a). (B) Alternate I (Jan 2017) of 52.224-3. �(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10�U.S.C.�2302�Note). �(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42�U.S.C.�1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. �(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46�U.S.C.�Appx.�1241(b) and 10�U.S.C.�2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f3a1db3021ad40409c65cb2b87f6f6ae/view)
 
Place of Performance
Address: Fort Bragg, NC 28310, USA
Zip Code: 28310
Country: USA
 
Record
SN05889945-F 20210114/210112230108 (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.