Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2023 SAM #7947
SOLICITATION NOTICE

J -- RIGGING SERVICES (XRAY) CRANE, IN

Notice Date
8/29/2023 2:06:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC23QRIGG
 
Response Due
9/8/2023 2:00:00 PM
 
Archive Date
09/23/2023
 
Point of Contact
Rachel Eaggleston
 
E-Mail Address
rachel.j.eaggleston.civ@army.mil
(rachel.j.eaggleston.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; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W519TC-23-Q-RIGG.� A (minimum) Wage Determination, #15-4821 Rev 24, is incorporated into this PWS, see Attachment 03. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 Dated 02JUN2023.� The NAICS code for this procurement is 238290; the small business size standard is $22M. The Federal Service Code is J036.. Offerors must be registered within the System for Award Management (SAM) database to receive an award against this Solicitation. The website for SAM is https://www.sam.gov/. DESCRIPTION OF REQUIREMENT This solicitation is issued for RIGGING SERVICES, to be performed at Crane Army Ammunition Activity (Crane), Crane, Indiana, in accordance with the Performance Work Statement at Attachment 01. EVALUATION CRITERIA FOR TECHNICAL CAPABILITY Based on the information the offeror provides, a rating of ""Acceptable"" or ""Unacceptable"" will be assigned to the quote, as follows: Offerors Shall Indicate and demonstrate: It understands the requirement and the Performance Work Statement (PWS) requirements. It has the capability to execute the work:� It acknowledges the (2) ( PDF Documents, See Appendix A, Page 5 of the PWS, North Star Imaging CT Xray) Attach (2) Relative Work History Similar to this Work Requirement and contact POC for verification. BASIS FOR AWARD The basis for award is Low Price Technically Acceptable (LPTA). Award will be made to the offeror who provides the lowest priced, technically acceptable offer, who is deemed responsible, and whose quote conforms to the solicitation requirements. Only those offers determined to be technically acceptable, either initially or because of discussions, will be considered for award. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. However, the Government reserves the right to conduct discussions if determined necessary by the Contacting Officer. Award will be made on a Firm Fixed Price basis. LISTING OF ATTACHMENTS Attachment 01, Performance Work Statement Attachment 02, Pricing Sheet Attachment 03, Blanket Wage Determination Attachment 04, FAR Clauses, 52.212-5 Attachment 05, FAR Clause 52.212-3, Reps and Certs in Full Text Attachment 06, FAR Clause 52.204-24, Certification in Full Text Attachment 07, NSI X5000 INSTALLATION GUIDE (See Appendix A, PWS) Attachment 08, DRAWING SHEET (3 pages)(See Appendix A, PWS) Note:� Offeror shall return its quotation with the attachments above: Attachment 02 Pricing Sheet. Attachment 05, FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Attachment 06, FAR 52.212-3, Offerors Representation and Certification-Commercial Products and Commercial Services. DEADLINE FOR SUBMISSION Offers are due 08SEP 2023, no later than 4 p.m. Central Time. TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as 100% Small Business Set-Aside. The Army Contracting Command-Rock Island (ACC-RI) will award a Firm Fixed Price Contract. Performance is Crane Army Ammunition Activity (CAAA), SEE THE PWS FOR THE DELIVERY SCHEDULE. QUOTE SUBMISSION REQUIREMENTS The following shall be submitted in response to this solicitation: Price. Offerors shall use the Pricing Sheet at Attachment 02 for submission of prices. Prices must be provided. Technical Capability Submissions Capability Statement/Literature/Brochure which clearly defines the company skills and competence areas. Work References Offerors shall provide A separate form (on its own letterhead), shall be submitted for each reference and; Offerors shall provide contract references for relevant, similar work which has been successfully performed or is currently being successfully performed. Each reference shall have been awarded within the last 5 years. At least two (2) references shall be provided. -Offers shall be submitted in the following way: Electronically via email to the Contracting Officer Rachel.J.Eaggleston.civ@army.mil. Offerors should include ""Response to W5219TC-23-Q-RIGG within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer. Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered. End of Addendum 52.212-1 SOLICITATION PROVISIONS- Addendum to 52.212-1 The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (provisions may be obtained via the internet at http://www.acquisition.gov): FAR 52.212-1 - Instructions to Offerors - Commercial Products and Commercial Services FAR 52.204-07, System for Award Management FAR 52.204-22, Alternative Line-Item Proposal.��� FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification SOLICITATION FAR PROVISIONS � by Reference: FAR 52.204-16, Commercial and Government Entity Code Reporting���� FAR 52.204-18, Commercial and Government Code Maintenance DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense ���������������������������������� Telecommunications Equipment or Services Representation. DFARS 252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENT DFARS 252.225-7055, Representation Regarding Business with the Maduro Regime. SOLICITATION PROVISIONS IN FULL TEXT � Addendum to 52.212-1 FAR 52.212-3 Alt I � Offeror Representations and Certifications � Commercial Products and Commercial Services � Alt I (See Attachment 05). SOLICITATION CLAUSES BY REFERENCE: - Addendum to 52.212-4 The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquisition.gov): FAR 52.204-13, System for Award Management Maintenance FAR 52.204-19, INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS FAR 52.211-17, Delivery of Excess Quantities FAR 52.228-05, Insurance-Work on a Government Installation FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.237-02, Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34, F.O.B. Destination DFARS 252.204-7000, Disclosure of Information DFARS 204-7003 Control of Government Personnel Work Product DFARS FAR 52.204-16, Commercial and Government Entity Code Reporting���� FAR 52.204-18, Commercial and Government Code Maintenance DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense ���������������������������������� Telecommunications Equipment or Services Representation. DFARS 252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENT SOLICITATION PROVISIONS IN FULL TEXT � Addendum to 52.212-1 FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Reference Attachment-06) FAR 52.212-3 Alt I � Offeror Representations and Certifications � Commercial Products and Commercial Services � Alt I (Reference Attachment 05). SOLICITATION CLAUSES BY REFERENCE: - Addendum to 52.212-4 The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquisition.gov): FAR 52.204-13, System for Award Management Maintenance FAR 52.204-19, INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS FAR 52.211-17, Delivery of Excess Quantities FAR 52.217-08, Option to Extend Services FAR 52.218-09, Option to Extend the Term of the Contract FAR 52.232-25, Prompt Payment FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.247-34, F.O.B. Destination DFARS 252.204-7000, Disclosure of Information DFARS 204-7003 Control of Government Personnel Work Product DFARS 204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENT DFARS 252-225-7002, Qualifying Countries as Subcontractors SOLICITATION FAR CLAUSES � by Reference: Per FAR 52.252-2, This solicitation incorporates one or more clause by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available, provisions may be accessed electronically at http://www.acquistion.gov. FAR 52.204-18, Commercial and Government Code Maintenance FAR 52.204-20, Predecessor of Offeror FAR 52.204-21, Basic Safeguarding of Covered contractor Information Systems. 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 (see Attachment 04) DFARS 252.203-7000, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident ����������������������������������� �Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense ����������������� ������������������Telecommunications Equipment or Services. DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance ����������������������������������� �Risk System in Past Performance Evaluations DFARS 252.223-7008, Prohibition of Hexavalent Chromium. DFARS 252.225-7001, Buy American and Balance of Payment Program DFARS 252-225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items. DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.232-7011, Payments in Support of Emergencies and Contingency ������������������������������������ Operations DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors- ������������������������������������ Prohibition on Fees and Consideration. DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) DFARS 252.247-7023, Transportation of Supplies by Sea END OF ADDENDUM 52.212-4
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e511591249cd4517a1a6ab9128a91763/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN06810493-F 20230831/230829230100 (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.