SOLICITATION NOTICE
54 -- Design, Fabricate and Install FSS/SFS Canvas Covered Storage Facility - Combined Synopsis Solicitation
- Notice Date
- 8/21/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, District of Columbia, 20315-0350
- ZIP Code
- 20315-0350
- Solicitation Number
- W912R1-17-R-0007
- Archive Date
- 9/21/2017
- Point of Contact
- Stephen D. Roane, Phone: 5712132978, Willie C. Weatherspoon, Phone: 7036016810
- E-Mail Address
-
stephen.d.roane2.ctr@mail.mil, willie.c.weatherspoon.mil@mail.mil
(stephen.d.roane2.ctr@mail.mil, willie.c.weatherspoon.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AJXF102006_construct_FSS_storage_SOW_21Aug2017.doc SFS_Storage_Cost_Proposal_20Aug2017.xls Combo_FSSSFS_Canvas_Storage_Facility20Aug2017 Combined Synopsis/Solicitation PN# AJXF102006 Design, Fabricate and Install FSS/SFS Canvas Covered Storage Facility 20 Aug 2017 (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13.106-1, 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. (II) Solicitation W912R1-17-R-0007 is issued as a Request for Quote (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-95. (IV) This acquisition is reserved for small business concerns. The associated NAICS code for this acquisition is 332311; Small Business size standard is 500 Employees. (V) SCHEDULE OF SUPPLIES/SERVICES: CLIN 0001 – Design of covered storage facility in accordance with (product description document). Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). CLIN 0002 – Fabrication of covered storage facility in accordance with (product description document). Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). CLIN 0003 – Installation of covered storage facility in accordance with (product description document). Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). CLIN 0004 – Contract Manpower Reporting Application (CMRA). The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. (VI) This solicitation is for the design, fabrication and installation of a canvas covered storage facility. (VII) FOB destination point is: Andrews AFB, MD 20373, with a delivery date of 30 days after receipt of order (ARO). (VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (IX) 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 its best interest. The Contractor shall submit a detailed breakout of all pricing; via the Cost Proposal Sheet (attached). NOTE: If an Offeror does not submit the required information requested above, their proposal may not be considered for award and determined technically unacceptable. (X) 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: http://www.wingovernmentcontracts.com/online-representations-and-certifications (XI) The clause FAR 52.212-4, Contract Terms and Conditions – Commercial Items in its latest edition applies to this solicitation. (XII) The following clauses in their latest editions apply to this acquisition: FAR 52.203-3, Gratuities 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 52.204-4, Printed or Copied-Double Sided on Post- consumer Fiber Content Paper 52.204-7, Central Contractor Registration 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-18, Commercial and Government Entity Code Maintenance. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 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 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-5 Alt. I, Pollution Prevention and Right to Know Information 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 52.228-5, Insurance – Work on a Government Installation 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 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 252.201-7000, Contracting Officer’s Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements—Representation (DEVIATION 2017-O0001) (NOV 2016) 252.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2017-O0001) (NOV 2016) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. 252.209-7999, Prohibition against contracting w/Corps that have unpaid delinquent tax liability or a felony conviction. 252.211-7003, Item Unique Identification and Valuation 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7000, Buy American–Balance of Payments Program Certificate. 252.225-7001, Buy American and Balance of Payments Program, 252.225-7012, Preference for Certain Domestic Commodities 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program, 252.225-7031, Secondary Arab Boycott of Israel. 252.225-7048, Export-Controlled Items. 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area WorkFlow Payment Instructions. 252.232-7010, Levies on Contract Payments 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items. 252-247-7023, Transportation of Supplies by Sea. (XIII) The following additional provisions are incorporated by reference: 52.204-16, Commercial and Government Entity Code Reporting. 52.204-22, Alternative Line Item Proposal 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 ALT I, Offeror Representations and Certifications—Commercial Items 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.233-2, Service of Protest 252.203-7005, Representation Relating to Compensation of Former DoD Officials. 252.204-7011, Alternative Line Item Structure 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System—Statistical Reporting in Past Performance Evaluations. 252.215-7007, Notice of Intent to Resolicit 252.215-7008, Only One Offer 252.222-7007, Representation Regarding Combating Trafficking in Persons 252.225-7031, Secondary Arab Boycott of Israel 52.225-2, Buy American Act Certificate 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.247-7022, Representation of Extent of Transportation by Sea (XIV) A site visit is scheduled for Tuesday, 29 August 2017, 10:00 AM Eastern Standard Time at Andrews AFB, address. Interested firms shall email the following information below to Paul McDonald, paul.i.mcdonald2.civ@mail.mil, (240) 857-6901 and Dave Artis, david.t.artis.ctr@mail.mil, (240) 857-7220 no later than Friday 5:00 PM Eastern Time, 25 August 2017. Firms are limited to no more than two (2) attendees. Attendee(s) shall provide a valid driver’s license (or other state issued ID) on their person. Upon arrival, attendee(s) shall present valid driver's license (or other state issued ID). Per Federal Acquisition Regulation Clause 52.237-1, Site Visit; Offerors 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. (XV) Offerors are requested to submit questions to the email address noted below no later than, Friday, 1 September 2017, 1:00 PM EST. All answers will be posted on the FBO web site. They will be contained in a document titled “Questions and Answers.” All information relating to this RFQ 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 RFQ must be submitted, via e-mail, to the address below. Terms of the RFQ and specification remain unchanged unless the RFQ is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of RFQ shall apply. Award can only be made to contractors registered in SAMs. All quotes are due on/before Wednesday, 6 September 2017, 12:00 PM Eastern Standard Time. Offers are due to the following address: stephen.d.roane2.ctr@mail.mil and willie.c.weatherspoon.mil@mail.mil. All responsible sources that submit a response, if timely received, shall be considered by the agency. Please Provide the Following : 1. Tax Identification Number: _____________________ 2. Company Registered in WAWF (Wide Area Workflow):_______________ If Not, Please register at https://wawf.eb.mil 3. Company Registered In System for Award Management (SAM):_______________ If Yes, What Is Your DUNS# and/or Cage Code: _______________ 4. Company Considered a Small or a Large Business under the NAICS Code of 332311. ______ 5. Company Name and Address: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Company Point of Contact: _______________________________________________________ Company Telephone: __________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R1-17-R-0007 /listing.html)
- Place of Performance
- Address: 113 CES, Joint Base Andrews, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN04637835-W 20170823/170821231344-34bd1733756676dcb657cfe1a9838c1e (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 |