Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 01, 2023 SAM #7705
SOLICITATION NOTICE

W -- Crane Hoisting Services

Notice Date
12/30/2022 12:31:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
W7M4 USPFO ACTIVITY HIANG 154 HONOLULU HI 96816-4495 USA
 
ZIP Code
96816-4495
 
Solicitation Number
W50SLF-23-Q-0001
 
Response Due
1/3/2023 4:00:00 PM
 
Archive Date
01/18/2023
 
Point of Contact
Warren Sabugo, Phone: 808-844-6421, Cezar Y. de Veas, Phone: 8088446422, Fax: 8088446340
 
E-Mail Address
warren.m.sabugo.civ@army.mil, cezar.y.deveas.mil@army.mil
(warren.m.sabugo.civ@army.mil, cezar.y.deveas.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***Solicitation Amendment� Am0002************************************************************************** QUESTION & ANSWER: Q1. This is to be placed inside of a building? If so, what�is the ceiling�/clearance�height and access dimensions? A1. No.� Pre-fabricated building is currently sitting on a trailer approximately 10-feet to designated location. Q2. What is the radius? A2. No space restrictions around the site. Q3. We are not responsible for transporting the unit to site, correct? A3. Pre-fabricated building is already near the location.� There is no requirement to transport the building. Q4. Duration of job for only one day? Plus the mobilization and demobilization of the crane and counterweights�if needed. A4. Duration of job should be no more than one day. Q5. Estimated date of performance? A5. Performance Period is no more than 7 days after award. Q6. 6.�The Crane Hoist Services PWS rev1, attached, initially identifies a requirement for a 150 ton crane, see page 1, paragraph 1.2. Then on page 10, paragraphs 5.1 & 5.1.3, requires a 175 ton crane? Please advise if HIANG will be making the final decision for the crane size based on the limited information provided? i.e. size and weight of the prefab building: 44' x 15' x 10', wt = 65,000 lbs. There is nothing which indicates what Lift Radius will be needed, hence crane size seems undetermined. Do you have a plan view of the lay-down area for this prefab building. A6. Size and weight of the prefab building is 44' x 15' x 10', wt = approximately 65,000 lbs. The Hawaii National Guard does not have crane hoist personnel to make such decision or answer your questions. Our requirement is to move the pre-fab building to the designated location.� Ensure to comply with all federal requirements, to include, but not be limited to (USACE Engineering Manual) EM 385-1-1, most current version, Section 16 Load Handling Equipment. See attached Offload Site Layout Plan.pdf ****************************************************************************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation, W50SLF-23-Q-0001, is being issued as a Request for Quote (RFQ).� Any award resulting from this solicitation will be issued on a Standard Form 1449.� To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database and registration may be done online at: www.sam.gov .� Also, all vendors will be required to submit invoicing through Wide Area Work Flow (WAWF) electronic invoicing system. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-08 Effective 28 Oct 2022.� This procurement is being solicited as 100% small business set aside.� The designated North American Industry Classification System (NAICS) Code is 238990 All Other Specialty Trade Contractors, with a size standard in millions of dollars $19.0.� To procure Crane Hoist services to offload prefabricated building at 1115/1116 Nohili Rd, PMRF, Kekaha, HI, 96752.� See attached Performance Work Statement (PWS). Contract award will be written with one (1) Contract line item number (CLIN) CLIN 0001:� Crane Hoist services Quantity: 1 Unit: EA Place of delivery: 1115/1116 Nohili Rd, PMRF, Kekaha, HI, 96752 Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition Addendum to FAR 52.212-1, Instructions to Offerors � Commercial Items Quote Submittal Instructions In order to be considered for award, Offerors are requested to quote Firm Fixed Price for all of the identified contract line items provided.� Quotes shall be sent electronically via e-mail directly to warren.m.sabugo.civ@army.mil .� Quotes must be received at this email address inbox no later than the date and time specified in this solicitation.� Submission of a quote that does not contain all item(s) requested may result in elimination from consideration of award.� Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote.�� The vendor�s quote shall include the following: 1. Price quotation, signed and dated 2. Amendments or acknowledgements (if applicable), signed and dated 3. Completed Certifications (if not entered in the System for Award Management (SAM)) to include FAR 52.212-3 Alternate I, Offer Representations and Certifications Commercial Item d. Submittal of quote in accordance with FAR 52.212-1, Addendum to FAR 52.212-1, FAR 52.212-2, Addendum to FAR 52.212-2 4. As a minimum, one (1) page technical approach 5. As a minimum, one (1) completed Past Performance 6. Provide equipment/material warranty and workmanship warranty 7. Provide training for all systems for onsite staff Provision 52.212-2 Evaluation-Commercial Items, applies to this acquisition Addendum to FAR 52.212-2, Evaluation � Commercial Items Basis for Award: The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price.� The award decision will be made to the lowest priced offeror that meets the PWS. The Government expects competitive quotes to be submitted for this procurement and will use these competitive quotes to determine price reasonableness in accordance with FAR 13.106-3.� Evaluation and award will be determined by the lowest price quote based solely on the factors specified in the solicitation. If competitive quotes are not received, the Government reserves the right to utilize other methods identified in the FAR to determine price reasonableness. The Government expects competitive quotes to be submitted for this procurement and will use these competitive quotes to determine price reasonableness in accordance with FAR 13.106-3. Evaluation and award will be determined by the lowest price quote based solely on the factors specified in the solicitation. If competitive quotes are not received, the Government reserves the right to utilize other methods identified in the FAR to determine price reasonableness. Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition The following FAR and DFARS provisions are incorporated into this solicitation by reference: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-20, Predecessor of Offeror 52.204-22, Alternative Line Item Proposal 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-5 Certification Regarding Responsibility Matters 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.217-5 Evaluation of Options 52.219-1 Small Business Program Representations--Alternate I 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 52.233-2 Service of Protest 252.203-7005, Representation Relating to Compensation of Former DoD officials 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7008 Only One Offer 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation The following FAR and DFARS clauses are incorporated into this solicitation by reference: 52.202-1 Definitions 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-13, SAM Maintenance 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.211-17 Delivery of Excess Quantities 52.212-4, Contract Terms and Conditions � Commercial Items 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.242-13 Bankruptcy 52.243-1 Changes--Fixed Price 52.247-34 -- F.o.b. � Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003 Item Unique Identification and Valuation 252.225-7001 Buy American and Balance of Payments Program�Basic 252.225-7012 Preference for Certain Domestic Commodities 252.225-7021 Trade Agreements 252.225-7048 Export-Controlled Items 252.227-7015 Technical Data--Commercial Items 252.225-7974 Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005) 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.243-7001, Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea--Basic The following provisions and clauses are incorporated by full text in Attachment #2. 52.212-1 Instructions to Offerors-Commercial Items 52.212-2, Evaluation � Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.217-7 Option for Increased Quantity-Separately Priced Line Item 52.237-1 Site Visit 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 252.232-7006, Wide Area Workflow Payment Instructions See Attachment #3. 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 52.204-26 Covered telecommunications Equipment or Services�Representation 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov .� All offerors must complete provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26 Covered Telecommunications Equipment or Services-Representation to be eligible for award. Quotes are due NO LATER THAN 2:00 p.m. Hawaii Standard Time (HST) on 3 January 2023. Electronic proposals must be submitted via e-mail to warren.m.sabugo.civ@army.mil and cezar.y.deveas.mil@army.mil.� Facsimile proposals will not be accepted.� Submissions shall not exceed 15 pages, and� provide the following:� Vendor Name; Vendor POC; Vendor CAGE; Vendor DUNS; Contact Ph#; Fax and/or Email; Discount Terms (if applicable); and Socio-Economic status.� Additionally, in order to be eligible for award, all respondents shall, with submission, provide a completed 889 Certification (Attachment #3). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint.� (FAR 52.212-1(g)) Attachments: #1 � Performance Work Statement #2 � _Provisions and Clauses #3 � 889 Certification
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a04ca18cba794ee28b3e6ce926d58d2c/view)
 
Place of Performance
Address: Kekaha, HI 96752, USA
Zip Code: 96752
Country: USA
 
Record
SN06554266-F 20230101/221230230058 (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.