MODIFICATION
F -- Underground Storage Tank & Wash Rack Maintenance
- Notice Date
- 8/4/2023 7:28:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- W6QM MICC-FT MOORE FORT MOORE GA 31905-5182 USA
- ZIP Code
- 31905-5182
- Solicitation Number
- W911SF-23-R-0035
- Response Due
- 8/17/2023 8:00:00 AM
- Archive Date
- 09/01/2023
- Point of Contact
- Sherry Balmain, Phone: 7065450225, Racheal L. Valdez, Phone: 7065452030
- E-Mail Address
-
sherry.g.balmain.civ@army.mil, racheal.l.valdez.civ@army.mil
(sherry.g.balmain.civ@army.mil, racheal.l.valdez.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 products�or�commercial services�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; proposals are being requested and a written�solicitation�will not be issued. This combined sysnopsis/solicitation (W911SF-23-R-0035) is being issued as a request for proposal (RFP) utilizing a Total Small Business Set-Aside, and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-04 � Document Number 2023-11755, published June 2, 2023. Description of the Requirement: This is a Non-Personal Services Contract between the Fort Moore Department of Public Works (DPW), AbilityOne and an independent contractor to deliver specific requirements and deliverables to perform the required services for wash rack maintenance, vehicle and weapons pool maintenance, leak detection systems, and recycle center waste oil tank system. Parts of this requirement is mandated by FAR Subpart 8.7 to utilize the Committee for Purchase from People Who are Blind or Severely Disabled, which implements the AbilityOne Program. The nature of this requirement does not allow separation of the tasks performed by AbilityOne and other tasks outlined in the requirement. Therefore, AbilityOne will be the mandatory Sub-Contractor for those corresponding tasks. The place of performance for the facilities and tank locations are located on Fort Moore, Georgia, Camp Merrill, Dahlonega, Georgia, and in Alabama and will require coordination with the Envirnmntal Management Division of DPW. All work will be in accordance with the specifications, applicable drawings, State of Georgia, Army, and Federal Environmental Protection Regulations, and subject to the terms and conditions of the resulting contract. Further details of this requirement can be found on the Performance Work Statement and additional attachments 1-4 included in this publication. � DELIVERY INFORMATION: Services include One 12-Month Base Period and four 12-Month Option Periods Period of Performance: 1 September 2023 through 31 August 2028 *See Attachment 3 � Pricing Schedule (CLIN Structure) SOLICITATION PROVISIONS (Provided in Attachment): This solicitation incorporates by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov CONTRACT CLAUSES (Provided in Attachment): The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: https://www.acquisition.gov��*See Attachment 4 � Additional Terms & Conditions FOR OFFERS TO BE CONSIDERED: 1.� This requirement will utilize the Lowest Price-Technically Acceptable (LPTA) source selection procedures IAW 15.101-2. Under LPTA, all factors other than cost or price are evaluated on an �acceptable� or �unacceptable� basis. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price.�*See Attachment 4 � Additional Terms & Conditions, FAR 52.212-2. 2.� The Offeror is to provide its submission in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors � Commercial Items. Please include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications � Commerial Items, with your offer. The SF 1449 is not being used so Offerors are to make their submission by providing the items outlined in paragraph 3 in this Combined Synopsis/Solicitation. Offer must ensure the NAIC code is listed in their SAM registration and certification in the FAR report prior to submitting offers. Offers to be received by MICC-Fort Moore no later than (NLT) 11:00 a.m. Eastern Standard Time (EST), Tuesday, August 17, 2023 via email to: usarmy.moore.acc-micc.mbx.micc-proposals@army.mil ��� *Offers received via faximili or U.S. Post will not be accepted. Questions are to be submitted by email to: usarmy.moore.acc-micc.mbx.micc-proposals@army.mil NLT 12:00 PM EST, Tuesday, August 9, 2023. 3.� Offer is to consist of the following documents: a. Volume I - Technical Submission: Company letterhead, containing information prescribed by 52.212-1. Documents for technical evaluation, representations and certifications, and past performance as addressed in subparagraphs 52.212-1(b)(4), (8) and (10) are to be provided separately. b. Volume II � Price Submission: Completed Attachment 3 - Pricing Schedule (CLIN Structure). 4. Responses must comply with the page limitations and format specified for each volume. Information submitted beyond limitations identified could negatively impact the evaluation during the rating process. The following specifications and restrictions apply for each volume. a. Volume I � Technical: Must be in PDF Format / 8.5 x 11 inch paper; 12-point Times New Roman Font / Page Limitation is 20 (Excluding the title page/table of contents). Submission Type is Electronic Only. b. Volume II � Price: Must complete Attachment 3 � Pricing Schedule (CLIN Structure) and shall include a Contractor Developed Cost Estimate with appropriate Labor Categories created in MS Excel Format / Page Limitation is not applicable. Submission Type is Electronic Only. 5. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) under 562910, Environmental Remediation Services, prior to submitting their proposal will not be considered. Vendors may register with SAM by going to�www.sam.gov. Contracting Office Address: MICC-Fort Moore, 6650 Meloy Drive, Suite 250, Fort Moore, GA 31905 Point of Contact: Ms. Sherry Balmain-Morrow, Email: sherry.g.balmain.civ@army.mil, 706-545-0225 or Ms. Racheal Valdez, Email: racheal.l.valdez.civ@army.mil, 706-545-2030. List of Attachments: Attachment 1 � Performance Work Statement (PWS) Attachment 2 � AbilityOne Task Requirements (Mandated Sub-Contractor) Attachment 3 �� Pricing Schedule (CLIN Structure) Attachment 4 � Additional Terms & Conditions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cc7038a3553f4703aea4333e415fd36d/view)
- Place of Performance
- Address: Fort Moore, GA 31905, USA
- Zip Code: 31905
- Country: USA
- Zip Code: 31905
- Record
- SN06777046-F 20230806/230804230049 (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 |