Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2017 FBO #5753
SOLICITATION NOTICE

54 -- Ft. Carson Office Trailer - Attachment 01

Notice Date
8/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP451017Q1033
 
Archive Date
9/20/2017
 
Point of Contact
Joseph A. Bednar, Phone: 2699617546
 
E-Mail Address
joe.bednar@dla.mil
(joe.bednar@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Map of Office Trailer Location Attachment 01 Bid Schedule and Specifications/Terms 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 is issued as a request for quote (RFQ). The delivery/installation timeframe is 30 calendar days from award, it is one time purchase for office trailer(s) with an option for the specified support items (office furniture). Delivery location is to Ft. Carson, CO, with specifics per the attachment. This procurement is a 100% small business set aside in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 332311, applicable size threshold is 750 employees. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3) though if an offeror has completed the annual representations and certificates electronically in their SAMS.gov registration, the offeror shall complete only paragraph (b) of this provision. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer. See Attachment 01 for the Bid Schedule, specifications and associated terms including delivery terms. All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies. Any/all required shipping documentation and related delivery requirements including installation access is the responsibility of the contractor, with coordination as necessary with the delivery site POC. Deliveries must be performed during normal installation work hours which are available from the above POC, excluding Federal holidays. A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B. The provision at FAR 52.212 - 2 (Evaluation -- Commercial Ite m s) applies to this procurement ( with evaluation consisting of award to the contractor(s) whose quote conforms to the solicitation and offers the lowest total price, including the option, after a pass/fail evaluation of the contractor's provided technical submittal per the instructions to follow ). C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representa t ions and certifications on SAM.gov. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) ap p lies to this pro c urement. E. FAR 52.212-5 (Contract Terms and Conditions Requi r ed to Implement Statutes or Executive Orders -- C o mmercial Items) applies to this procurement. 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-10, Reporting Executive Compensation and F i rst - Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest W h en S ubcontracting with Contrac t ors Debarred, Suspended, or Proposed for Debarment (Dec 2 0 10); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012); 52.219-6, Notice of Total Sma l l Business Set-Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-19, Child La b or - Cooperation with Authorities and Remedies (Mar 2 012); 52.222-21, Pr o hibiti o n of Segregated Facilitites (Feb 1999); 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action f o r Handicapped Workers (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electron i c Fund Transfer-Central Contr a ctor Registration (Oct 2003); The following additional FAR clauses apply to this procurement: 52.203-3, Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.232-17, Interest (Oct 2010) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.242-13, Bankruptcy (Jul 1995) 52.247-34, FOB Destination The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.211-7003, Item Unique Identification and Valuation 252.216-7006, Ordering (fill-in is through each 12-month period, subject to option exercise(s)) 252.225-7000, BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014) 252.225-7001, BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-BASIC (DEC 2016) 252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 2016) 252.225-7013, DUTY-FREE ENTRY (MAY 2016) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in bilateteral award) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items (Jun 2013) I N S T R U CT IO N S TO O FF E R O R S : Submit quotes by email to joe.bednar@dla.mil no later than September 05, 2017, at 2:00 P.M. Eastern Time. Attention should be noted to F A R 52.212-1(f), concerning late submiss i ons. The offeror bears the risk of non- receipt of any email transmi s sions, and should ensu r e that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include: 1) The bid schedule is attached and responding firms are required to complete it with prices and return that section with their quote submission. Technical submission content must include the following: 2) Complete listing of CLIN 0001 office trailer specifications, including but not limited to dimensions and floor plans, and provided features/modifications to demonstrate the requirements of the attachment are fully met by the contractor's office trailer(s) and related items/service being provided. The technical proposal content for CLIN 0001 must also demonstrate that delivery and installation will be completed within 30 calendar days of award (provided there are no delays by the Government with such aspects as site approvals, utility support and related installation requirements). There are no other accommodations possible for the site staff who require the office trailer(s) be fully placed and functional by 1 Nov 2017. Complete listing of the proposed office furniture (itemized description by make and model) is to be provided for the CLIN 0002 Option to demonstrate it also meets requirements. 3) Offerors shall pr o vide the applicable CAGE code a n d DUNS number with their bid submission. The information located in FAR 52.212-3 (Offer o r s Representat i ons and Certifications) must be current on SAM.gov at the time of quote submissio n. Any solicitation qu e stions shall be sub m itted no later than August 29, 2017 at 2:00 PM Eastern Time. In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation. The Government is not responsible for answering questions received after this deadline. Site visits can't necessarily be accommodated due to the urgent nature of this action but if they can be made with no extension of the response due date, visits will be supported by the Government to the maximum extent practicable. Email the site POC with a cc to the identified Contracting Officer for any site visit requests. EVALUATION: Quotations will be evaluated on a Low-Priced-Technically-Acceptable basis. Award will be made to the firm that offers the lowest overall price for the total requirement, after a pass/fail evaluation of the contractor's provided technical submittal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP451017Q1033/listing.html)
 
Place of Performance
Address: DLA Disposition Services Ft. Carson, 6151 S. Specker Ave., Colorado Springs, Colorado, 80913, United States
Zip Code: 80913
 
Record
SN04641127-W 20170824/170822232659-70e7fbdcef459ccc31248c1eba15745e (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 |
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.