Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2022 SAM #7503
SOLICITATION NOTICE

S -- Bio Drain System Maintenance at Front Royal VA 22630

Notice Date
6/14/2022 10:59:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
ATF WASHINGTON DC 20226 USA
 
ZIP Code
20226
 
Solicitation Number
DJA-22-ALAD-PR-0251
 
Response Due
7/8/2022 7:30:00 AM
 
Archive Date
07/23/2022
 
Point of Contact
Nick Engel
 
E-Mail Address
nicholas.engel@atf.gov
(nicholas.engel@atf.gov)
 
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 FAR 13 Simplified Acquisition Procedures and the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 and as supplemented with additional information included in this Notice. This announcement constitutes the only solicitation for which quotations are being requested. Another written solicitation will not be issued. This Request for Quotation (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective May 26, 2022. This will be small business set-aside RFQ under NAICS code 561210 with small business size standard of $41.5 million dollars. This requirement is for the contractor to provide all equipment, materials, specialty services, management, supervision, quality control, labor to provide bio drain system maintenance for the drains systems in the kennel area of the National Canine Division facility at Front Royal VA. See attached Performance Work Statement for the full scope of the requirement. This requirement is FOB Destination. � SITE VIST: A site visit will be conducted on July 1, 2022, at 10:30am Eastern at the ATF Kennel Facility at 828 Harmony Hollow Road, Front Royal VA. 22630. Each vendor is limited to two visitors. All COVID-19 precautions will be enforced. A police check inquiry form must be submitted to the Contracting Officer prior to the site visit. Requests to attend must be submitted to nicholas.engel@atf.gov no later than June 24, 2002 at 10:30am Eastern. THE PAGE LIMITATION FOR QUOTATION RESPONSES IS 20 PAGES. Vendors MUST be registered and Active in the System for Award Management (SAM) system (www.SAM.gov) at the time of quotation submission, pursuant to FAR 52.204-7. ATF will award to the responsible firm whose quote conforms to the RFQ and will be the most advantageous to the Government after an evaluation of technical capability, past performance, and price. Technical capability will be determined by reviewing the vendors quote in relation to the requirements in the Performance Work Statement. Evaluators will determine if the quote response demonstrates an understanding of the Performance Work Statement as well as the quoted approach to meet these requirements. The quote should describe steps required and how the contractor will ensure that applicable deliverables/deadlines will be met. A quote repeating the information/material in the Performance Work Statement and the Request for Quote does not constitute a satisfactory response and may be deemed technically unacceptable. Past performance will be evaluated by the contractor providing a list of no more than five (5) of your most recent and relevant contracts. Only recent and relevant contracts will be evaluated or considered. Recent means contracts performed or completed within three years from the quotation due date. Relevant means similar in scope and complexity to the solicited work. The Government will evaluate recent and relevant performance information on vendors based on the contracts provided by the vendor. The Government may seek, and consider in the evaluation, data independently obtained from other government and commercial sources, including databases such as CPARS. Contracts performed for the Department of Justice or other Federal Agencies, depending on relevancy, may be considered more significant in the evaluation. The government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. Vendors that do not provide the required past performance information will be considered neutral for this factor. The quoter shall provide a firm fixed price for the period of performance of this requirement. The base year of this requirement will be September 26, 2022 to September 25, 2023, Option I September 26, 2023 to September 25, 2024, Option II September 26, 2024 to September 25, 2025, Option III September 26, 2025 to September 25, 2026, Option IV September 26, 2025 to September 25, 2026. The government has included 52.217-8, Option to Extend Services. For evaluation purposes, the Government will consider the price for the six-month Option to Extend Services as equal to half the price of the last option period quoted. The total evaluated price will include the base period and all options including the Option to Extend Services. Evaluation of options will not obligate the government to exercise the options. If the quoter does not include option year pricing, they may be deemed unawardable. The selected vendor must comply with the following FAR commercial provisions and clauses, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The selected vendor must also comply with FAR 52.203-18, 52.209-11, and 52.211-6. The full text of these clauses may be viewed via https://www.acquisition.gov/far/. Additional ATF local clauses will be included in the award. RFQ responses shall be submitted electronically to nicholas.engel@atf.gov by the posted response date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cfba8397a672415799a6622c7bc2e268/view)
 
Place of Performance
Address: Front Royal, VA 22630, USA
Zip Code: 22630
Country: USA
 
Record
SN06357492-F 20220616/220614230112 (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.