Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

N -- installation of an electrical panel and receptacles

Notice Date
6/17/2024 11:17:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
 
ZIP Code
15108-4495
 
Solicitation Number
FA671224Q0025
 
Response Due
6/26/2024 12:00:00 PM
 
Archive Date
07/11/2024
 
Point of Contact
Paul Davisson, Phone: 412-474-8124
 
E-Mail Address
paul.davisson@us.af.mil
(paul.davisson@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
6/17/2024� Addendum #1:� Added a Quote Template to use.� This combined Synopsis/Solicitation will result in a Purchase Order with one CLIN. Provided further guidance on what constitutes technical acceptance of a quote. ______________________________________________________________________________________________ This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quote (RFQ) number is FA671224Q0025. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-03. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Clauses can be accessed in full text at these addresses: www.acquisition.gov. This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the RFQ is cancelled, the Government has no obligation to reimburse costs associated with preparing and providing a quote. The NAICS code is�238210 and the Small Business Standard is $16.5 Million. The proposed contract is 100% total set-aside for Small Business. Award shall be made on the evaluation basis of Lowest Price Technically Acceptable. 52.237-1 Site Visit: Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visit photos: Photos WILL NOT be permitted at the site-visit. Site Visit Date/Time:� �Thursday, June 20th 2024 at 9:00 a.m. eastern time.� Submit site visit request to paul.davisson@us.af.mil.� Instructions will be provided for base access. Site Visit deadline registration:� ��Tuesday June 18, 2024 at 11 a.m. eastern time Due date for submission of questions relating to this solicitation: Friday June 21st at 5:00 p.m. eastern time (may be extended if in the best interest of the government) Due date for quotes: �Wednesday June 26th 2024 at 5 p.m. eastern time.� Quotes received after this deadline will not be accepted (the due date/time for receipt of quotes may be extended if found to be in the best interest of the government). The Pittsburgh 911th Airlift Wing located in Coraopolis PA is seeking quotes from small business vendors for the following: Section B - Schedule of Services:� CLIN 0001:� Installation of a new 200-amp 208 volt 3-phase 4 wire 42 circuit electrical panel, power receptacles mounted on the ladder rack and grounding the cabinets in building 405 Room 26.� See Statement of Work (Attachment #1).����������������� � This requirement is for a firm-fixed price purchase order awarded using simplified acquisition procedures in accordance with FAR parts 12 and 13. Period of Performance:� 10 days from date of award.� Proposal must clearly state when work can be started and estimated completion date. FAR 52.212-2 -- Evaluation -- Commercial Products and Commercial Services (Nov 2021 Per FAR 13.106-1(a)(2), the Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: � � �START DATE� (Proposal must clearly state how many days after award work can begin and estimated number of work days to complete). � � �TECHNICAL CAPABILITY � � �PRICE � � �***Start date and Technical Capability are more important than price. ADDENDUM TO FAR 52.212-1 - INSTRUCTIONS TO OFFERORSINFORMATION�THAT MUST BE SUBMITTED WITH QUOTATIONS Quotes shall include the following: 1. Pricing for CLIN 0001 use Attached Excel Quote Template).��Round to two decimal places. Quotes must contain the number of calendar days work can begin after award. 2. Technical Approach (see below) BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the bid whose start date and technical capability is most advantageous to the government. In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary, to demonstrate your capabilities in fulfilling the SOW. It is the Government�s intent to evaluate quotes and award a purchase order without interchanges with Offerors. Therefore, the Offeror's initial quote should contain the Offeror's best terms from a price, and technical standpoint. However, the Government reserves the right to conduct interchanges if the Contracting Officer later determines them to be necessary. Evaluation Process. Offers will be ranked by the most responsive start date rated as technically acceptable.� A single award will then be made to the Offeror who has been determined responsible and has submitted the most responsive start date with a technically acceptable rating. Start date and technical acceptance are more important than price. Technical Evaluation. The Offeror shall provide a technical approach to perform tasks required to�provide all labor, material, equipment, and possess the capability�to perform the required services in accordance with the SOW.� If the bid with the most responsive start date is technically accepted, no further bids will be evaluated.� If the most responsive start date bid received is not technically accepted by the government, the next responsive start date will be technically evaluated and so on until the most responsive start date with technical acceptance has been achieved.� An award notice will be posted to sam.gov. Ratings: Upon evaluation of the Technical Capability Narrative, the following rating will be assigned: Acceptable: The Offeror has provided sufficient information within their Technical Capability Narrative for the Government to evaluate and confirm their capability to meet all the requirements of the SOW. Unacceptable: The Offeror has not provided sufficient information within their Technical Capability Narrative; therefore, the Government cannot confirm their capability to meet the requirements of the SOW. If the technical submittal is determined ""Unacceptable"", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as ""Unacceptable"" and will no longer be considered for further competition or award. Section C -�FAR CLAUSES AND PROVISIONS 52.204-7, System for Award Maintenance 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) 52.204-13, SAM Maintenance 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications � Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.219-6,�Notice of Total Small Business Set-Aside 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran � Representations and Certifications 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.243-1 Alternate I, Changes Fixed Price 52.247-34, F.O.B-Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items as follows:� - 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)�� - 52.219-28, Post-Award Small Business Program Representation (Jul 2013) - 52.222-3,�Convict Labor - 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) - 52.222-21, Prohibition of Segregated Facilities (Apr 2015) - 52.222-26, Equal Opportunity (Sep 2016) - 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) - 52.222-41, Service Contract Labor Standards - 52.222-42, Statement of Equivalent Rates for Federal Hires - 52.222-50, Combating Trafficking in Persons - 52.222-55, Minimum Wages Under Executive Order 13658 - 52.222-62, Paid Sick Leave Under Executive Order 13706 - 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) - 52.232-33, Payment by Electronic Funds Transfer--System for Award Management - 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management -52.236-2,��� Differing Site Conditions -52.236-3,��� Site Investigation and Conditions Affecting the Work -52.236-5,��� Material and Workmanship -52.236-7,��� Permits and Responsibilities -52.236-9,�� �Protection of existing vegetation, structures, equipment utilities and improvements -52.236-10, �Operation and Storage Areas �DFARS CLAUSES AND PROVISIONS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003. Control of Government Personnel Work Product 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7015, Disclosure of Information to Litigation Support Contractors 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 252.204-7024, Notice on the Use of the Supplier Performance Risk System 252.225-7001, Buy American Act & Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program 252.225-7048, Export Controlled Items 252.232-7003, Electronic Submission of Payment Requests and receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items DAFFARS CLAUSES 5352.201-9101, Ombudsman 5352.242-9000, Contractor Access to Air Force Installations Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM. The primary Point of Contact for this solicitation is�Paul Davisson�who can be reached at email paul.davisson@us.af.mil System for Award Management (SAM).� Quoters must be registered in the SAM database to be considered for award.� Registration is free and can be completed online at http://www.sam.gov/.� Quotes shall be�sent via�email to paul.davisson@us.af.mil.� An email will be sent confirming receipt. � All quotes shall include price(s), FOB point, a point of contact, name and phone number and business size. �Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of service.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b92fde21341b484fa47e367e3a121329/view)
 
Place of Performance
Address: Coraopolis, PA 15108, USA
Zip Code: 15108
Country: USA
 
Record
SN07099300-F 20240619/240617230115 (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.