SOLICITATION NOTICE
73 -- Replace Warewasher at the National Conservation Training Center
- Notice Date
- 8/3/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- FWS, DIV OF CONTRACTING AND FA 5275 Leesburg Pike MS: BMO Falls Church VA 22041-3803 US
- ZIP Code
- 00000
- Solicitation Number
- F16PS00931
- Response Due
- 8/24/2016
- Archive Date
- 9/8/2016
- Point of Contact
- Weber, Alicia
- Small Business Set-Aside
- N/A
- Description
- The U.S. Fish and Wildlife Service, National Conservation Training Center, in Shepherdstown, WV has the requirement to replace a warewasher in the dining facility. This project will involve all supervision, labor, and materials necessary to complete the work. This is a combined synopsis/solicitation for commercial items 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. (1) The solicitation number is F16PS00931 and is issued as a request for quotation (RFQ). (2)This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-89. The clauses may be accessed in full text at: https://www.acquisition.gov/far/ (3) This procurement is full and open, and the primary NAICS code is 333318, with a small business size standard of 1,000 employees. (4) The quote shall include the following line items: ItemDescriptionQtyUnitPrice 0010Equipment in accordance with the SOW1EA$ 0020Installation in accordance with the SOW1EA$ 0030Freight1EA$ (5) Please see the attached Statement of Work for additional information regarding the requirements and dates of performance. (6) The following provisions are applicable to this acquisition: 52.212-1, Instructions to Offerors - Commercial (Oct 2015) 52.212-2, Evaluation - Commercial Items (Oct 2014) (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, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Preliminary schedule; (ii) Price. The award will be made to the lowest priced, technically acceptable quote. (c) A written notice of award or acceptance of an quote, 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 quote (or part of an quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3, Offeror Representations and Certifications (July 2016) 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) (7) The following clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (June 2016). The following additional FAR clauses are cited as applicable to the acquisition; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certification (Oct 2015) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 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://acquisition.gov/far/index.html (End Clause) 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02)(Feb 2015) (a) The contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibition and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov/. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor Invoice. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973- 3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) (8) Site Visit. A site visit will be conducted upon request. Send email requests to the Facility Operations Specialist, Bob Unger, bob_unger@fws.gov, and the Contracting Officer, Alicia N. Weber, alicia_weber@fws.gov, along with a list of attendees to include company name and visitor names. (9) Type of Contract: The Government contemplates award of a Firm-Fixed Price type of contract resulting from this solicitation. (10) Submission of questions: Interested contractors must submit any questions concerning the solicitation at the earliest time possible. Questions may be submitted via email to alicia_weber@fws.gov. Questions not received within a reasonable time prior to close of the solicitation may not be considered. (11) Quotes shall be emailed to the Contracting Officer, Alicia N. Weber, at alicia_weber@fws.gov. Quotes are due 24 August 2016 at 2 p.m. EST. (12) For additional information or questions regarding the solicitation, please contact: Alicia N. Weber at alicia_weber@fws.gov. (End of combined synopsis/solicitation)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F16PS00931/listing.html)
- Record
- SN04208461-W 20160805/160803235919-29f85153e1dc45a0e1757cbdfc097edc (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 |