Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2022 SAM #7368
SOLICITATION NOTICE

J -- Sprung Structure Repair Service

Notice Date
1/31/2022 12:27:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-22-Q-0013
 
Response Due
2/4/2022 4:00:00 PM
 
Archive Date
02/19/2022
 
Point of Contact
Chi Chen, Melinda Nixon
 
E-Mail Address
chia.h.chen.mil@army.mil, melinda.l.nixon.mil@army.mil
(chia.h.chen.mil@army.mil, melinda.l.nixon.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 - Changed Period of Performance from�14 February � 02 April 2022 to 14 February � 25 February 2022 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 conducted using FAR 13 � Simplified Acquisition Procedures.� It is the vendor�s responsibility to be familiar with applicable clauses and provisions. (ii) Competitive quotes are being requested under Request for Quote (RFQ) Number W912CN -22-Q-0013. (iii) This procurement is issued as 100% Small Business Set-Aside. (iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 238190.� The small business size standard is $16.5 million. (v) A list of contract line item number(s) and items, quantities, and units of measure: Clin: 0001 Description OF REQUIREMENTS: Sprung Structure Repair EXTENDED DESCRIPTION: The contractor shall provide all personnel, equipment, supplies, facilities, tools, materials, supervision, and other items and non-personal services requested in this statement necessary to support this Performance Work Statement.� QTY: 1 Unit of Issue: Jobs Unit Price:________________________ Extended Price:____________________ To be considered acceptable and eligible for award, quotes must be complete and including all of the items and services in accordance with the attached �PERFORMANCE WORK STATEMENT.�� The Government will not consider quotes or offers for partial items or quantities. (vi) Contractors shall review the �PERFORMANCE WORK STATEMENT� for the full description of requirements. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: CLIN �������������������� DELIVERY DATE���������������������������� ��������������� SHIP TO ADDRESS 0001 ��������������������� 14 February � 25 February 2022���������������������������� Fort Greely, Alaska ����������������������������������������������������������������������������������������������� (viii) OFFEROR INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUL 2021), applies to this acquisition.� The Government intends to award a Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose quotation 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: 1. 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. 2. Technical: a. The quoter shall provide a projected list of materials and equipment that will be used to complete the Sprung Structure Repair in accordance with paragraph 2 and paragraph 4 based on the supplied pictures attachment 2 through 8. b. The quoter shall provide an estimated timeline capable of meeting the on-site repaired by the No Later Than date stated in paragraph 3. 3. Price Quote: The affiliate for quote shall 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 ($). All options must be priced; partial quotes will not be accepted. 4. Past Performance: : The quoter shall complete and return Attachment 9 � Reference Information Sheet with relevant Sprung Structure Repair or Similar History. (ix) Evaluation Factor for Award: The specific evaluation criteria included is price as defined below: Factor I � 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 inclusive of all option periods. The total firm-fixed-price shall include all applicable taxes and all associated price as outlined in paragraph (v) above. FACTOR II � Technical: The Government will evaluate the information sheet to determine the light set meets the following minimum requirement: a. The government will evaluate the a projected list of materials and equipment that will be used to complete the Sprung Structure Repair in accordance with paragraph 2 and paragraph 4 based on the supplied pictures attachment 2 through 8. b. The government will evaluate the estimated timeline capable of meeting the on-site repaired by the No Later Than date stated in paragraph 3. Factor III � Past Performance: The Government will use �Attachment 9 � Reference Information Sheet� to evaluate past performance. Each quoter will be rated either favorably or unfavorably based on relevant past performance history. Relevant past performance is considered experience repairing Sprung Structure or similar history.� �In the case of a quoter without a record of relevant past performance history the quoter will receive an neutral rating for this evaluation. **Basis for Award: The Government intends to award a firm-fixed-price contract to the responsible offeror meeting solicitation requirements, such as terms and conditions, representations, and certifications in order to be eligible for award. The vendor must be registered in the System for Award Management (SAM). The award decision will be based on the lowest price technically acceptable. Additionally, the quote will be evaluated for a fair and reasonable price. 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: 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 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 Proposal (JAN 2017) 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) 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.219-6 Notice of Total Small Business Set-Aside 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) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-1 Site Visit (APR 1984) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions (NOV 2020) 52.252-6 Authorized Deviations in Clauses (NOV 2020) The following additional DFARS clauses are applicable to the acquisition: 252.201-7000 Contracting Officer 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) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 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) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) 252.204-7020 NIST SP 800-171 (DoD Assessment Requirements NOV 2020) 252.211-7003 Item Unique Identification and Valuation (MAR 2016) 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019) 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work-Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.232-7007 Limitation of Government�s Obligation (APR 2014) 252.243-7001 Pricing of Contract Modifications (DEC 2012) 252.243-7002 Requests for Equitable Adjustment (DEC 2012) 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea, Basic (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition. Attachment 1 � PERFORMANCE WORK STATEMENT� Attachment 2 � Drawing Attachment 3 � Picture 1� Attachment 4 � Picture 2� Attachment 5 � Picture 3� Attachment 6 � Picture 4� Attachment 7 � Picture 5� Attachment 8 � Picture 6� Attachment 9 � Reference Information Sheet Attachment 10 � Wage Determination No. 2015 5683 (xv) DUE DATE AND SUBMISSION INFORMATION Formatting Requirements: Submit quotes in electronic PDF. Onsite or virtual site visit: An onsite or virtual site survey maybe scheduled upon request. All request must be submitted to chia.h.chen.mil@army.mil and melinda.l.nixon.mil@army.mil no later than January 31, 2022 @ 1000HRS, Hawaii Time. Questions Due Date and Submission Requirements: All questions must be received before February 3, 2022 @ 1000HRS, Hawaii Time. Questions must be e-mailed to chia.h.chen.mil@army.mil�and melinda.l.nixon.mil@army.mil.� Include RFQ# W912CN -22-Q-0013 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on February 4, 2022 @ 1400hrs Hawaii Time.� (xvi) Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist Chia Chen at chia.h.chen.mil@army.mil�and melinda.l.nixon.mil@army.mil. Reference RFQ# W912CN -22-Q-0013 on all email exchanges regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/17e9be1261224db78b4b323f822f9ceb/view)
 
Place of Performance
Address: Fort Greely, AK, USA
Country: USA
 
Record
SN06228531-F 20220202/220131230106 (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.