Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2022 SAM #7645
MODIFICATION

S -- Commercial Storage Space, Madison WI

Notice Date
11/3/2022 12:42:53 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
 
ZIP Code
53704-2591
 
Solicitation Number
W50S9F-23-Q-0003
 
Response Due
11/14/2022 4:00:00 PM
 
Archive Date
11/29/2022
 
Point of Contact
Scott Homner, Phone: 6082454757
 
E-Mail Address
scott.homner@us.af.mil
(scott.homner@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The 115th Fighter Wing, Wisconsin Air National Guard, has a requirement to rent 5,000 square feet of temporary storage space, within 45 miles of 3110 Mitchell St, Madison WI 53704 beginning as soon as possible. The total time period for the rental is estimated to be approximately 1.25 years. The Government intends to award a one year base period, with three one-month options, and options are not guaranteed to be exercised. See section (v - vii) for a description of requirements. This is a resolicitation of W50S9F-23-Q-0001 with updated requirements. (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; quotes are being requested and a written solicitation will not be issued. FAR Part 13 procedures will be utilized. (ii) Solicitation W50S9F-23-Q-0003 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08, effective 28 October 2022, and Defense Acquisition Circular DPN 20220929, effective 29 September 2022. (iv) This RFQ is solicited as a Total Small Business Set-Aside. The NAICS is 531130 with a small business size standard of $30M. (v - vii) Description of Requirement Required characteristics: -Within 45-mile radius of Truax Field (3110 Mitchell St, Madison WI 53704) -Available for immediate occupancy or as soon as possible -5,000 square ft minimum -All-inclusive of utilities and other fees -�Hard Floor -�Lighted -�Self-accessible during working hours -�Capable of vehicle storage �-Forklift accessible -�Secure facility Not required: -Office space -Heating and A/C, but humidity control is preferred -Loading dock Multiple storage units within the same facility will be considered, but each must be forklift accessible. A contract with one base year plus 3 one-month options is anticipated, resulting in the following line items: Line Item; Description/Quantity Item 1: One base year rental of 5,000 square feet of storage space. Items 2-4: Three one-month option periods following the base year, enabling extension of the storage space. (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is included in this solicitation. The Government intends to award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is most advantageous to the Government, price and other factors considered. Determination of best value will include an evaluation of price, past performance, and technical characteristics. The price of the options will be included in the evaluation for award purposes. (x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: Award will be made to the offeror who represents the best value to the Government as outlined IAW the criteria set forth within the solicitation (Section ix). No contract award will be made until appropriated funds are made available. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow (WAWF). Additional required provisions and clauses are listed in the attachment �Applicable Provisions and Clauses.� (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes must be received no later than the time and date indicated on this RFQ to be considered. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. Instructions to Offerors: 1. Quotes in response to this solicitation MUST include: a. Complete monthly pricing for the base year and three one-month option periods. If the contract is awarded, the Government may unilaterally exercise the option at the quoted price within the agreed-upon timeframe. b. The Offeror�s Unique Entity Identifier (UEI) and CAGE. c. A description of the quoted storage space, where it is located, and whether snow removal is included. d. Reference RFQ W50S9F-23-Q-0003 in your response. 2. It is the interested Offeror�s responsibility to check Contract Opportunities on SAM.gov for updated information. 3. A site visit at the vendor�s facility may be required after the initial quote evaluation. 4. If you quote includes large attachments. more than 10 mb, email the POC to receive a link to upload the files. Failure to do so may mean that your quote will not be received. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7ba859e367154954b546e32532e5a1e8/view)
 
Place of Performance
Address: Madison, WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN06508910-F 20221105/221103230056 (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.