Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2024 SAM #8207
SOLICITATION NOTICE

H -- Hudson AFH Title V Inspection

Notice Date
5/15/2024 5:51:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-24-R-SEPT
 
Response Due
6/10/2024 10:00:00 AM
 
Archive Date
06/25/2024
 
Point of Contact
Brandon Rivett
 
E-Mail Address
brandon.j.rivett.civ@army.mil
(brandon.j.rivett.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
5/15 Question and Answer Set 1 attached along with�Wage Determination #2015-4055. The Department of the Army, ACC-APG, Natick Division, Natick, MA intends to purchase the following septic services in accordance with the attached Performance of Work Statement (PWS).� The Contractor shall be responsible for performing all scheduled work as outlined in this PWS and all associated contract documents for the quotation price submitted. The Contractor is responsible for reading and a comprehensive and thorough understanding of the entire PWS, proposed project and all applicable requirements regarding any tasks, services, or provisions within the scope of work and all contract documents. This is a combined synopsis and solicitation for commercial services 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. Request For Quotation (RFQ) number is W911QY-24-R-SEPT. It is intended to place a single contract with the offer that provides a proposal that is the best value for the Government and meets all technical requirements as outline in the Performance Work Statement. All timely offers will be considered, and proposal submission shall be in accordance with Submission Instructions contained herein.� Evaluation factors are Technical Capability, Price, and Past Performance.� The Government intends to make award to the Offeror whose proposal represents the Best Value to the Government. This requirement is set aside for small business.� The NAICS Code is 562991 Septic Tank and Related Services.� Size standard is $9M. �The Army�s Office for Small Business Programs concurs with the unrestricted determination.� Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. The following clauses will be incorporated into the award. FAR Clauses: 52.204-19 Incorporation by Reference of Representations and Certifications. 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services 52.232-8 Discounts For Prompt Payment 52.232-39 Unenforceability of Unauthorized Obligations 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services 52.252-2 Clauses Incorporated by Reference DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003 Item Unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program--Basic 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea JAN 2023 252.232-7006 Wide Area Workflow Payment Instructions Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement. The Government contemplates an award of a single Firm-Fixed-Price Contract resulting from this solicitation. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award.� Instructions for registration are available at the website.� Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply.� The following addenda or additional terms and conditions apply:� In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater.� The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping. Offers should include price and delivery terms and the following additional information: Cage Code and UEI #.� Submission Instructions: All other Offerors shall submit a proposal consisting of three sections. These three sections shall be labeled, Section I � Technical Proposal; Section II � Pricing; and Section III Past Performance. No Pricing Information shall be submitted in Section I. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and Commercial Services. (a)�The Government will award a contract resulting from this�solicitation�to the responsible�offeror�whose�offer�conforming to this�solicitation�will be most advantageous to the Government, price and other factors considered. The following factors�shall�be used to evaluate�other offers: (i) Technical capability of services offered to meet Government requirements: See the attached Performance Work Statement for all requirements which must be included in the offeror�s technical proposal.� ��� (ii) Price: Offeror shall submit itemize labor category, hourly labor rate, number of labor hours. (iii)�Past Performance:� Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the Offeror. Offerors shall submit three (3) recent and relevant past performance examples performed within the last three (3) years Each example shall not exceed two (2) pages and shall include the following: Contract number, date of award, order number if applicable, CAGE code, DUNS number, and North American Industry Classification System (NAICS) code Government contracting activity, Contracting Officer name, telephone number, and email address Government Contracting Officer Representative (COR) and/or technical representative, telephone number, and email address If Offeror performed as a subcontractor, prime contractor company name, point of contact name, telephone number, and email address in lieu of or in addition to the contact information required in (b) and (c) above Contract type Awarded price/cost Description of the specific tasks or activities performed by the Offeror itself under the contract Narrative: Offerors shall provide a narrative for each past performance example. The narrative shall describe the contract listed, the contract objectives achieved by the Offeror, and how the contract is relevant to the requirements of this solicitation. Offerors shall state if they have no recent or relevant past performance. In the case of an�offeror�without a record of relevant�past performance�or for whom information on�past performance�is not available, the�offeror�may�not be evaluated favorably or unfavorably on�past performance. Technical and�past performance, when combined, are�more important than price.� (b)�Options (if applicable). The Government will evaluate�offers�for award purposes by adding the total price for all�options�to the total price for the basic requirement. The Government�may�determine that an�offer�is unacceptable if the�option�prices are significantly unbalanced. Evaluation of�options�shall�not obligate the Government to exercise the�option(s). (c)�A written notice of award or acceptance of an�offer, mailed or otherwise furnished to the successful�offeror�within the time for acceptance specified in the�offer,�shall�result in a binding contract without further action by either party. Before the�offer�s specified expiration time, the Government�may�accept an�offer�(or part of an�offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offers may be e-mailed to brandon.j.rivett.civ@army.mil. Required Period of Performance:� All work shall be completed 21 days after the date of the Notice to Proceed is issued.� Offers must be received by 1:00 p.m. Eastern Standard Time on 10 June 2023.� Offers received after this date are late and will not be considered for award.� For information on this acquisition contact Brandon Rivett at brandon.j.rivett.civ@army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/08d522912f6541de9f90cff74f15f248/view)
 
Place of Performance
Address: Hudson, MA 01749, USA
Zip Code: 01749
Country: USA
 
Record
SN07064918-F 20240517/240515230046 (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.