SOLICITATION NOTICE
W -- ISB Temporary Structure Lease
- Notice Date
- 11/5/2021 5:39:36 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- 0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN-22-Q-0006
- Response Due
- 11/12/2021 12:00:00 PM
- Archive Date
- 12/30/2021
- Point of Contact
- Briana M. Watkins, Phone: 808-787-8863, Ryan M. Brown, Phone: 808-656-5961
- E-Mail Address
-
briana.m.watkins.civ@army.mil, ryan.m.brown78.civ@army.mil
(briana.m.watkins.civ@army.mil, ryan.m.brown78.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 acquisition is being conducted in accordance with FAR 13.5 � Simplified Procedures for Certain Commercial Items. (ii) Competitive quotes are being requested under Request for Quote (RFQ) Number W912CN-22-Q-0006. (iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-07, Effective: September 10, 2021 (iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 332311, Prefabricated Metal Building and Component Manufacturing. The small business size standard is 750 employees. This procurement is issued as a (100%) total small business set aside. � (v) A list of contract line item number(s) and items, quantities, and units of measure: Clin: 0001 Description OF REQUIREMENTS: LEASE ISB Temporary structures FFP EXTENDED DESCRIPTION: The Contractor shall provide temporary structures to house four hundred (400) personnel in accordance with the attached SOO for the duration of the exercise from 15 February 2022 � 16 April 2022. All structures provided must be placed/fit in areas 1, 2, and 5 in Attachment 2 � ISB Dimensions. Additional space may be made available for use in mobilization or temporary construction/installation (as coordinated with range control). The Government is flexible on number of structures provided, but the minimum size of each structure must be no less than 15ftx25ft (or 375 sq ft).� Total square footage for personnel temporary use must be between 21,000-22,000. Specific desired outcomes are provided in the SOO. QTY:_____________________ Unit of Issue: EACH Unit Price: _________________ Extended Price:______________ Clin: 0002 Description OF REQUIREMENTS: MOBILIZATION, SYSTEM SETUP, CONFIGURATION, & TEAR DOWN FFP EXTENDED DESCRIPTION: The Contractor shall provide all supplemental equipment & configuration setup, installation, & tear down in accordance with the attached SOO. Specific tasks and services are provided in the SOO. QTY: 1 Unit of Issue: Job Unit Price: _________________ Extended Price:_____________ Clin: 0003 Description OF REQUIREMENTS: LEASE ISB TEMPORARY STRUCTURE(S) (OPTION) EXTENDED DESCRIPTION: The Contractor shall provide additional temporary structure(s) in accordance with the attached SOO. This is an option CLIN for additional structure(s) supporting an approximate extra 300 personnel, between 7000-7500 square feet. This CLIN includes the same supplemental equipment & configuration setup, installation, and teardown as described in CLINs 0002. To be performed in accordance with the attached SOO. QTY: ____________________ Unit of Issue: Each Unit Price: _________________ Extended Price:_____________ Clin: 0004 Description OF REQUIREMENTS: LEASE COTS (OPTION) EXTENDED DESCRIPTION: The Contractor shall provide a lease option of up to 1000 cots for the duration of the lease (15 February 2022 � 16 April 2022).� Cots provided should be of similar size as standard Army cots.� Approximate size 80� x 32� (6�7� x 2.7�). QTY: 1000 Unit of Issue: Each Unit Price: _________________ Extended Price:______________ To be considered acceptable and eligible for award, quotes must be complete and including as many of the items and services in accordance with the attached SOO.� The Government will not consider quotes or offers for partial items or quantities which does not meet the minimum requirements. � (vi) Contractors shall review the Statement of Objectives for the full description of requirements. � (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Delivery Date for this effort is: February 15, 2022 � April 16, 2022 for the lease of the structures. �Note: The structures must be useable by February 15, 2022, meaning anchored properly, set-up and available for use (in arctic conditions) by the customer. �The delivery and installation location is listed below in the delivery schedule. � � Installation Services and Lease to be provided at the following location with terms FOB: Destination � CLIN 0001 � Fort Greely and Delta Junction AK: Loading Ramp Wills Range Road Richardson HWY MP 258.7 Fort Greely, AK 99731 All deliveries/utilization must be coordinated with Range Control Donnelly Training Area for Access to the area.� CLIN 0002 � Same as previous CLIN 0003 � Same as previous CLIN 0004 � Same as previous (viii) OFFEROR INSTRUCTIONS � The provision at 52.212-1, Instructions to Offerors � Commercial Items (SEP 2021), applies to this acquisition.� The Government intends to award a Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation is most advantageous to the Government as defined in the �Evaluation Factors for Award� Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is �None� or �Not applicable,� explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: � General Information: Offeror Business Name, Address, Cage, and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. � Technical Documentation: Technical Capability and Scheduled Approach: The technical documentation and scheduled approach must address and meet all technical specifications of the SOO and complete installation of the structures by the 15 February 2022 deadline.� The documentation must include a certification or letter from the manufacturer that the structures will be available IAW the contractor�s proposed timelines for installation. � Page Limitations: Documentation shall be prepared on standard 8 1/2"" by 11"" formatted pages with 1"" minimum margins on all sides.� Font size shall be not less than 10-point Times New Roman, including charts and graphs.� Contractor�s Technical Capability and Scheduled Approach shall not exceed 10 total pages in length. Price Quote: Submit complete pricing for each CLIN listed in the �description of requirements� Section above to include the unit price and the extended price for each line item and a total price in US Dollars ($).� Quotes must contain a statement that they are valid for 60 days. � Commercial Warranty: Provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. (ix) Evaluation Factors for Award: This solicitation is being conducted as a best value tradeoff.� The Government may award to other than the lowest priced offeror or the highest technically rated offeror utilizing trade-offs. Offerors will be evaluated on the following factors.� Technical Factor I (Technical Capability) is of approximately equal importance to Technical Factor II (Scheduled Approach).� The Technical Evaluation Factors (when combined) are more important than price. Specific evaluation criteria included are price and technical as defined below: Factor I - Technical � Technical Factor I � Technical Capability: The offeror shall submit capability documentation, which may include a narrative, charts, graphs, tables, drawings, product literature, and demonstrated authority to provide the necessary items meeting the criteria in the Statement of Objectives. The documentation must include a certification or letter from the manufacturer that the structures will be available IAW the contractor�s proposed timelines for installation. Technical Capability is defined as the offeror�s proposed solution(s) to successfully fulfill the contract requirements, that include the required temporary shelters, incidental equipment & services. The documentation shall clearly state, in enough detail, the offeror�s authority, quotation items, resources, and methods to successfully fulfill the requirements, performance capability requirements, and delivery requirements per the Request for Quotation (RFQ). Technical Factor II � Scheduled Approach: The contractor shall furnish a delivery and complete installation schedule that demonstrates its ability to complete the project by the required 15 February 2022 date. The Government will evaluate the schedule to determine if the contractor�s assembly and installation timeline can reasonably meet the Government�s need.� The timeline can be a bulletized list; however, it shall be sufficiently detailed to address delivery of shelters in advance of the installation date, anchoring in arctic conditions, milestones for incidental installation & services associated with maintaining electrical, heating, safety, etc. Quotes that do not meet the 15 February 2022 completion date will not be evaluated.� Factor III � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes and all associated service costs as outlined in paragraph 3 above. � **Basis for Award: The Government intends to award a firm-fixed-price contract resulting from competitive quotes received in response to this solicitation. Each quote will be evaluated for a fair and reasonable price. The award decision will be made based on a review of the Technical Factors I & II and the offer that meets solicitation requirements, such as terms and conditions, minimum technical requirements, representations, and certifications and determined responsible in order to be eligible for award.� The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. (x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JULY 2021), applies to this acquisition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following additional FAR clauses and provisions are applicable to this acquisition: 52.203-3 Gratuities (APR 1984) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed on Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-6 Unique Entity Identifier (OCT 2016) 52.204-7 System for Award Management (OCT 2016) 52.204-9 Personal Identify Verification of Contractor Personnel (JAN 2011) 52.204-10 Reporting Executive Compensation of First-Tier Subcontract Awards (JUN 2020) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-22 Alternative Line Item Quote (JAN 2017) 52.204-23 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.209-2 Prohibition on Contracting With Inverted Domestic Corporations--Representation (NOV 2015) 52.209-6 Protecting the Government�s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.209-7 Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-17 Delivery of Excess Quantities (SEP 1989) 52.212-1 Instructions to Offerors � Commercial Items (SEP 2021) 52.212-4 Contract Terms and Conditions � Commercial Items (OCT 2018) 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Deviation 2020O0021) (SEP 2021) 52.217-4 Evaluation of Options Exercised At The Time Of Contract Award (JUN 1988) 52.217-5 Evaluation of Options (JUL 1990) 52.219-6 (Dev) Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) (SEP 2021) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-14 (Dev) Limitations on Subcontracting (DEVIATION 2021-O0008) (SEP 2021) 52.219-28, Post Award Small Business Program Representation 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-50, Combating Trafficking in Persons (OCT 2020) 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JUN 2020) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. ������������� (JUNE 2020) 52.228-5 Insurance � Work On A Government Installation (JAN 1997) 52.232-8 Discounts For Prompt Payment (FEB 2002) 52.232-17 Interest (MAY 2014) 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) 52.232-34 Payment By Electronic Funds Transfer � Other Than System for Award Management (JUL 2013) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (APR 1984) 52.242-13 Bankruptcy (JUL 1995) 52.246-2 Inspection Of Supplies--Fixed Price (AUG 1996) 52.246-4 Inspection Of Services--Fixed Price (AUG 1996) 52.247-34 F.O.B. Destination (NOV 1991) The following additional DFARS clauses are applicable to the acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 Antiterrorism Awareness Training for Contractors. (FEB 2019) 252.204-7006 Billing Instructions (OCT 2005) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.204-7021 Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement (NOV 2020) 252.205-7000 Provision Of Information To Cooperative Agreement Holders (DEC 1991) 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism (MAY 2019) 252.223-7008 Prohibition of Hexavalent Chromium (June 2013) 252.225-7012 Preference For Certain Domestic Commodities (DEC 2017) 252.225-7031 Secondary Arab Boycott Of Israel (JUN 2005) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7052 (Dev) Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten� (DEVIATION 2020-O0006) (OCT 2020) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems.� (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation.� (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005) (FEB 2020) 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (APR 2019) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area Work-Flow Payment Instructions (DEC 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (APR 2020) 252.243-7001 Pricing Of Contract Modifications (DEC 1991) 252.243-7002� Requests for Equitable Adjustment (DEC 2012) 252.244-7000 Subcontracts for Commercial Items (JAN 2021) 252.246-7008 � Sources of Electronic Parts (MAY 2018) 252.247-7022 Representation of Extent of Transportation by Sea. (JUN 2019) 252.247-7023 Transportation of Supplies by Sea (FEB 2019) The following clauses and provisions have been added by full text: 52.204-26� Covered Telecommunications Equipment or Services--Representation (OCT 2020) (a) Definitions. As used in this provision, �covered telecommunications equipment or services� and ""reasonable inquiry"" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ��� (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. (c) Representations. (1) The Offeror represents that it [�___ ��] does, [�___ ��] does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. ��� (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it [�___ ��] does, [�___ ��] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) 52.209-11� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- ��� (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or ��� (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. ��� (b) The Offeror represents that-- ��� (1) It is [����� ] is not [����� ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [����� ] is not [����� ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.217-7���� OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule.� The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of contract award.� Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) 52.232-18 Availability of Funds. (APR 1984) Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.233-2���� SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Ryan M. Brown at email: ryan.m.brown78.civ@army.mil. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1���� SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov (End of provision) 52.252-2����� CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov (End of provision) 52.252-5���� AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. � (End of provision) 52.252-6���� AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020) � (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. � (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. � (End of clause) � 252.223-7999 ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (DEVIATION 2021-O0009) (OCT 2021) � (a)� Definition.� As used in this clause � � �United States or its outlying areas means� � (1)� The fifty States; ��������������� (2)� The District of Columbia; ��������������� (3)� The commonwealths of Puerto Rico and the Northern Mariana Islands; ��������������� (4)� The territories of American Samoa, Guam, and the United States Virgin Islands; and ��������������� (5)� The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. � (b)� Authority.� This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). � (c)� Compliance.� The Contractor shall comply with all guidance, including guidance conveyed through Frequently Asked Questions, as amended during the performance of this contract, for contractor or subcontractor workplace locations published by the Safer Federal Workforce Task Force (Task Force Guidance) at https:/www.saferfederalworkforce.gov/contractors/. � (d)� Subcontracts.� The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in whole or in part within the United States or its outlying areas. � (End of clause) � (xiii) No additional contract requirement(s) or terms and conditions apply to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. � (xv) DUE DATE AND SUBMISSION INFORMATION � Formatting Requirements: Submit quotes in electronic PDF. � Questions Due Date and Submission Requirements: All questions must be received before Nov 9, 2021 @ 1400HRS, Hawaii Time. Questions must be e-mailed to briana.m.watkins.civ@army.mil. �Include RFQ# W912CN-22-Q-0006 on all inquiries. Questions may be addressed at the discretion of the Government.� RFQ Due Date and Submission Requirements: This RFQ closes on Nov 12, 2021 @ 1000hrs Hawaii Time. � � (xvi) Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist Briana Watkins at briana.m.watkins.civ@army.mil.� Reference RFQ# W912CN-22-Q-0006 on all email exchanges regarding this acquisition. The Following Attachments are applicable to the solicitation and are considered binding: Attachment 1 � Statement of Objectives Attachment 2 � ISB Dimensions Attachment 3 � Question Submission Form
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fea48a8f005a42e4bc375a49985b3f78/view)
- Place of Performance
- Address: Fort Greely, AK 99731, USA
- Zip Code: 99731
- Country: USA
- Zip Code: 99731
- Record
- SN06171900-F 20211107/211105230115 (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 |