SOLICITATION NOTICE
N -- Raised Floor for Network Operations Center, Bldg 4251 - Attachment to RFQ
- Notice Date
- 5/23/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Presidio of Monterey (RC - West), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, California, 93955-6771, United States
- ZIP Code
- 93955-6771
- Solicitation Number
- W9124N-16-Q-0020
- Archive Date
- 6/15/2016
- Point of Contact
- Mihui K. Toves, Phone: 8312424641
- E-Mail Address
-
mihui.k.toves2.civ@mail.mil
(mihui.k.toves2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Schedule and PWS 1. 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; proposals are being requested and a written solicitation will not be issued. 2. Solicitation W9124N-16-Q-0020 is issued as a Request for Quote (RFQ). This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-56. 3. This acquisition is reserved for a small business concerns. The associated NAICS Code for this acquisition is 238330; Standard Industrial Classification code is 1752; Small Business Size Standard is $15 Million. 4. The Government intends to award a Firm Fixed Price Contract. 5. Schedule of Supplies/Services: See Schedule. Please fill in the price, extended price and total price and submit with the quote. 6. FOB Destination point is Network Operations Center (NOC), Building 4251 located at the Ord Military Community at Seaside, California. The contractor personnel will perform delivery and installation within a U.S. Government facility. 7. The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. The government intends to award a contract to the lowest priced technically acceptable offeror without discussions with respective offerors. Specifications are stated in the CLIN descriptions above. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government. 8. Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://orca.bpn.gov/. 9. The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. 10. The following clauses in their latest editions apply to this acquisition: FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.204-7, Central Contractor Registration 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, 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 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, Central Contractor Registration 252.209-7999, Prohibition against contracting w/Corps that have unpaid delinquent tax liability or a felony conviction. 252.211-7003, Item Identification and Valuation 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 11. The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate 12. All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition.army.mil web site. They will be contained in the in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than, 2:00 PM EST, 14 Jul 2012. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offers are due to the following address: MICC-Presidio of Monterey, 400 Gigling Road, Bldg 4385, Seaside, CA 93955-6771 by 10:00 AM PST, 31 May 2016. All responsible sources that submit a response, if timely received, shall be considered by the agency. Emailed quotes will be accepted at Mihui.k.toves2.civ@mail.mil. Point of Contact for this solicitation is Mihui Toves at (831) 242-4641. ADDENDUM TO FAR 52.212-1 Quote Preparation Instructions 1.1. These instructions are designed to ensure the submission of all necessary information. 1.2. The Government fully intends to award without discussions. Nevertheless, the Government may hold discussions and request final revisions. 1.3. Quote format/content. 1.3.1. The Quote shall contain: A. The Schedule of Prices shall be submitted fully completed, signed and dated. A signed copy of all amendments (if any) shall also be included. An authorized official of the firm submitting the offer must sign and date the Schedule of Prices. (In doing so, the offeror accedes to the contract terms and conditions as written in the RFQ). B. The Offer must sign Statement of ORCA registration or submit a Copy of the filled out FAR Clause 52.212-3 (Offeror Representations and Certifications) or referenced to electronic copy of Representation and Certifications on the ORCA (On-line Representations and Certifications Application) website at https://orca.bpm.gov/). C. Past Experience Information required from offeror. The offeror shall ensure that required documentation is sufficiently provided in order to perform the necessary evaluation. (1) Past experience shall provide adequate information on completed or current contracts considered most relevant in demonstrating the ability to perform the proposed work describing the offeror's previous experience in completing work similar or related to the tasks as identified within the Specifications. (2) The offeror shall identify past contracts (including Federal, State, and local government and private) for efforts similar to the Government requirement as stated in this RFQ. Limit references for work performed to the last three (3) years. In addition, past performance information on contracts not listed by the offeror may be solicited and used in determining the overall past performance rating. (3) Provide a summary of the previous contracts described above, not to exceed 1 page of past performance information per reference. The summary must include: (a) Name of project (Contract number, if applicable) (b) Name and address of customer or Government agency (c) Name, telephone, fax number and/or email of customer contact or contracting officer (d) Dollar value (e) Period of performance/Completion date (f) Brief description of work performed, and why the effort is relevant (End of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, using the Lowest Price, Technically Acceptable (LPTA) evaluation method. The award will be made to the Lowest Priced offeror whose quote is Technically Acceptable. FAR 13.106-2 evaluation procedures will be used. The following factor shall be used to determine if the offer is Technically Acceptable: 1. FACTOR 1. Offeror's past experience must demonstrate acceptable performance for a similar project. 2. Price: Lowest Price will be used for selection after the past experience factor has been met. (b) 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. (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. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. 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. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.arnet.gov/far http://www.dtic.mil/dfars (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.arnet.gov/far http://www.dtic.mil/dfars (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f50bb8e27d86905abdaba2dd596ee80a)
- Place of Performance
- Address: Network Operations Center (NOC), Building 4251 located at the Ord Military Community, Seaside, California, 93955, United States
- Zip Code: 93955
- Zip Code: 93955
- Record
- SN04125822-W 20160525/160523234548-f50bb8e27d86905abdaba2dd596ee80a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |