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

Z -- Temporary Living Trailer

Notice Date
1/12/2021 2:50:16 PM
 
Notice Type
Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487721QA096
 
Response Due
1/21/2021 9:00:00 AM
 
Archive Date
02/05/2021
 
Point of Contact
Lucas Navas, Phone: 5202284830, Samantha Durlauf, Phone: 5202284830
 
E-Mail Address
355CONS.PKBA.Services@us.af.mil, 355CONS.PKBA.Services@us.af.mil
(355CONS.PKBA.Services@us.af.mil, 355CONS.PKBA.Services@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 FA487721QA096 is issued as a Request for Proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02 effective 23 November 2020. The DFARS provisions and clauses are those in effect to Change DFARS effective 30 November 2020. The AFFARS provisions and clauses are those in effect to AFAC 2019-1001 effective 1 October 2019.� The Wage Determination 2015-5473 Revision 11 dated 21 December 2020 will be incorporated into the purchase order. (iv) This is a small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 531120 with a small business size standard of $30,000,000.00 average annual revenue. (vi) The government intends to award a firm-fixed price contract for the following: �The expected contract will consist of a base period of eight (8) months. The right to make multiple or no award is reserved by the government. In accordance with the performance work statement, the contractor shall provide the following: ��������������� CLIN 0001 Temporary Trailer����������� � ��� � � � � � �QTY � 8� Unit of Issue � MONTH��� Period of Performance - (11 Feb 21 � 11 Oct 21) CLIN 0002 Temporary Trailer Set-Up � � � � � �QTY - 1� Unit of Issue � LOT��� Completion Date: No Later Than 11 Feb 2021* CLIN 0003 Temporary Trailer Tear-Down� � � � � � �QTY - 1� Unit of Issue � LOT��� Completion Date: 11 Oct 2021 *Please note that the set-up date of 11 Feb 2021 is a no later than date.� If earlier delivery is possible the government would prefer an early set-up date.� If the set-up date is earlier than 11 Feb 2021 the period of performance for the lease would be revised to the actual start date.� Additionally, the tear down date would also adjust to the ultimate completion date. (vii) Delivery shall be FOB Destination. (viii) Addendum to FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013). The following have been tailored to this procurement and are hereby added via addenda: This is a Request for Proposal (RFP) in accordance with FAR Part 13. FAR Part 15 does not apply to this RFP unless specified elsewhere. The Government intends to award a single purchase order for eight (8) months which represents the best value. Best value, for the purposes of this solicitation is the lowest-priced offer that completely provides information requested below, which is technically acceptable. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Propose unit prices for all CLINs. Layouts for the trailer must be submitted showing measurements, location of power, location of Ethernet receptacles, and restroom configuration. (ix) Evaluation Factors for Award The award will be evaluated based on the following factors. All prices will be evaluated for fair and reasonableness: Proposal meets minimum layout, size, configuration and number of rooms, electrical requirements, and communications requirements all in accordance with the PWS. Total Evaluated Price = Lease periods + installation_ tear down and removal �(xiv) NOTICE TO ALL INTERESTED PARTIES: Quotes are due no later than 10:00 AM Mountain Standard Time on Thursday, 21 January 2021. (xv) Quotations shall be submitted to Lucas Navas and Samantha Durlauf via email at 355CONS.PKBA.Services@us.af.mil. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Atch #:����������� Item Description:����������������������������������������������������������������� ��� �1���������������� Performance Work Statement�������������������� ����������� ����������������� ���� 2���������������� Provisions and Clauses�������������������������������� �� �������������������� ����� � � �3�����������������WD 15-5473 Revision 11, dated 21 Dec 20 �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/52c967bf502b428f83f95103ec2d6475/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN05890112-F 20210114/210112230109 (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.