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
SOLICITATION NOTICE

C -- Installation of glass panels

Notice Date
11/3/2022 5:03:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
W6QM MICC-FT GORDON FORT GORDON GA 30905-5719 USA
 
ZIP Code
30905-5719
 
Solicitation Number
0011867658
 
Response Due
11/9/2022 9:00:00 PM
 
Archive Date
11/25/2022
 
Point of Contact
Saide Henderson
 
E-Mail Address
saide.a.henderson.civ@army.mil
(saide.a.henderson.civ@army.mil)
 
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 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. �0011867658 is issued as a request for quotation (RFQ). The closing date and time of this solicitation is 09 November 2022 03:00 P.M. EST. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. The anticipated NAICS code is 541430, Graphic Design Service�and Size Standard is $8 million.� This requirement is a 100% [Small Business] set-aside and only qualified offerors may submit bids. Attached are the drafted Statement of Work and Security requirements along with draft images. The requirements in this solicitation: The contractor shall provide complete program management and administrative tasks to ensure the requirements of the contract are met and to ensure the contractor adequately controls and supervises its personnel who provide the deliverables described within this SOW. The contractor shall provide all necessary personnel, administrative, financial, and managerial resources required to support this contract. The Program Manager shall also be responsible for the following: Shall supervise, coordinate work schedules, resolve minor concerns/issues and complete the administrative tasks, (Attend In-Progress Reviews) associated with this SOW (e.g. deliverables). Be familiar with all duties and qualifications stated in the SOW. Shall ensure all deliverables described in the SOW are delivered on time. Provide analysis of project requirements and accurate cost estimates. Provide project coordination and process improvements thru the Quality Control Plan. Provide and gather required information to assist with coordination support efforts. Attend IPRs and provide meeting notes as directed by the COR. Have the capability and authority to resolve and respond to issues directly with the COR. Provide analysis of project requirements and accurate cost estimates. Provide and gather required information to assist with coordination support efforts. Possess the skill sets to supervise contractor employees. Be proficient in conflict resolution. Coordinate work schedules/assignments of contractor employees. Be able to communicate orally and written with COR. Shall ensure all deliverables described in the SOW are delivered on time. Provide analysis of project requirements and accurate cost estimates. Provide project coordination and process improvements thru the Quality Control Plan. Provide and gather required information to assist with coordination support efforts. In response to this Request for Information, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.� If the company has a GSA Schedule provide the schedule number. 2.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.� Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors.� Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2019-O0003) �Similarly situated entity� means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside. 4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors. 5.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 6.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 7.� Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services. 8.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. �Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. INSTRUCTIONS TO OFFERORS: Offeror shall submit any questions regarding this Request for Quotes (RFQ) in writing to the Contract Specialist no later than 15:00 PM Eastern Time (Fort Gordon local) on 9 Nov 2022. Offerors shall provide quotes no later than 1500 PM, Eastern Time (Fort Gordon local time) on 9 Nov 2022. No remarks or written responses to questions by government personnel shall change or qualify any of the terms or conditions of this RFQ. The RFQ can only be changed by a formal written amendment issued by Mission and Installation Contracting Command (MICC) - Fort Gordon Georgia, Contracting officer. Questions concerning this RFQ shall be emailed to the saide.a.henderson.civ@army.mil.� Quotes must be submitted electronically
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7d1a6faae3ef4bb99d86b83df5ffa1bb/view)
 
Place of Performance
Address: Fort Gordon, GA 30905, USA
Zip Code: 30905
Country: USA
 
Record
SN06509055-F 20221105/221103230057 (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.