SOLICITATION NOTICE
D -- Havre de Grace Readiness Ctr Outside Plant Copper and Fiber Cabling - Performance Work Statement (PWS) - Harford County, MD Wage Determination - Exhibit A - Evaluation Factor
- Notice Date
- 3/20/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, Maryland, 21078-4094
- ZIP Code
- 21078-4094
- Solicitation Number
- W912K6-18-Q-0040
- Point of Contact
- Gilberto Resto,
- E-Mail Address
-
ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Evaluation Factor Sheet Ground Picture DOL Wage Determination for Harford County, MD PWS Havre de Grace Readiness Center Outside Plant Copper and Fiber Cabling Solicitation Number: W912K6-18-Q-0040 Agency: Department of the Army Office: National Guard Bureau Location: USPFO for Maryland Notice Type: Combine Synopsis/Solicitation Response Date: April 16, 2018 at 5:00 PM EST Set Aside: Total Small Business Classification: D -- Automatic Data Processing /D322 IT and Telecom -- Internet NAICS Code: 238 Specialty Trade Contractors/ 238210 Electrical Contractors and Other Wiring Installation Contractors Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, supplemented with additional information included in this notice using procedures under FAR Part 13.5. The solicitation number is W912K6-18-Q-0040 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is, 238210, "Electrical Contractors and Other Wiring Installation Contractors" with a size standard of $15.0M. This solicitation is issued under Federal Acquisition Regulation (FAR) part 13, Simplified Acquisition Procedures. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. A single contract will be awarded and is subject to availability of funds. This requirement can be filled by one vendor. This requirement is set aside to total small business. BACKGROUND: MDARNG Havre de Grace Readiness Center is a new facility that requires OSP fiber and copper transport cabling to support the units and personnel stationed there, connecting to MDARNG's NIPR and SIPR data networks, as well as the sensitive but unclassified (SBU) voice network. There are two (2) existing 4" conduits installed. One (1) 4" conduit is buried connecting the MDNG USPFO building to the Warehouse, with a 50 pair copper cable and a 25 strand fiber optic cable (in use). The second 4" conduit, which is empty, is connecting the new readiness center to an in ground junction-box/hand-hole between the Warehouse and the street. REQUIREMENTS: The contractor shall provide materials and services to facilitate the accomplishment of all tasks outlined in the attached Performance Work Statement (PWS) CONTRACT TYPE AND EVALUATION CRITERIA: The contract type for this procurement will be a firm-fixed price. The award will be made based of best value under FAR Part 13.106. The Government, with evaluation based on, FIRST - ability of the contractor to meet the all of the requirements outlined in the PES. SECOND - past performance history. THIRD - price. Maryland National Guard reserves the right to award to other than the lowest price if the lowest quote submitted does not meet all of the required specifications and does not provide the best value to the government. DELIVERY, INSPECTION, ACCEPTANCE AND FOB POINT: Shipping will be Free on Board (FOB) Destination to: N/A NOTES: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided. The solicitation with associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Applicable Clauses/Regulations: 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/ 52.252-2, Clauses Incorporated by Reference 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/ 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 Statement. 52.204-2 ALT II, Security Requirements 52.204-4, Printed or Copied - Double sided on Post-Consumer Fiber Content Paper 52.204-7, System for Award Management. 52.204-8, Annual Representations and Certification 52.204-9, Personal Identity Verification of Contractor Personnel. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.204-13, System for Award Management Maintenance. 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information System 52.204-22, Alternative Line Item Proposal. 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. 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-14, Limitations on Subcontracting 52.219-28, Post-Award Small Business Program Representations. 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, Affirmative Action for Workers with Disabilities 52.222.37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Acts 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment 52.222-50, Contracting Trafficking in Person 52.222-55, Minimum Wages under Executive Order 13658 52.223-1, Biobased Product Certification 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contract. 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-4, Recovered Material Certification. 52.223-5, Pollution Prevention and right-to-Know Information 52.223-17, Affirmative Procurement of EPA-designated Items in Services and Construction Contract. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 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-Representations 52.228-3, Worker's Compensation Insurance (Defense Base Act) 52.228-5, Insurance - Work on Government Installation 52.228-16, Performance and Payment Bonds - Other Than Construction 52.232-18, Availability of Funds 52.239-39, Unenforceable of Unauthorized Obligations 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. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 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 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.204-7009, Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.209-7001, Disclosure of Ownership or Control a Government of a Terrorist Country 252.212-7000, Offeror Representations and Certifications -Commercial Items 252.225-7001, Buy American and Balance of Payments Program 252.225-7015, Restriction on Acquisition of hand or measuring tools 252.225-7048, Export - Controlled Items. 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor Terrorism 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 Payment 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7001, Information Assurance Contractor Training and Certification. 252.244-7000, Subcontracts for Commercial Items 252.247-7022, Representation of Extent of Transportation by Sea 252.247-7023, Transportation of Supplies by Sea Site Visit: A site visit has been scheduled for Wednesday, April 4, 2018 at 10:00 AM EST. Site visit is not mandatory but highly recommended. Location: Havre de Grace Military Reservation 301 Old Bay Lane Havre de Grace, Maryland 21078-4003,United States Quotes shall be submitted by email to Gilberto Resto, Contracting Specialist, at ng.md.mdarng.list.uspfo-arpc@mail.mil; no later than April 16, 2018, at 5:00 PM EST. Quotes shall be clearly marked RFQ W912K6-18-Q-0040. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. Telephone requests will not be considered. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Question Submission : Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to Mr. Gilberto Resto at ng.md.mdarng.list.uspfo-arpc@mail.mil no later than Monday, April 9, 2018 at 5:00 PM EST. Questions not received within the allowable time may not be considered. Point of Contact: USPFO for Maryland, Contracting Division at ng.md.mdarng.list.uspfo-arpc@mail.mil. Contracting Office Address: USP&FO for Maryland, Purchasing and Contracting Division 301 Old Bay Lane State Military Reservation Havre de Grace, Maryland 21078-4003 United States Primary Point of Contact: Mr. Gilberto Resto Contract Specialist ng.md.mdarng.list.uspfo-arpc@mail.mil ATTACHEMENTS: 1. Performance Work Statement (PWS) 2. Exhibit A (Aerial Picture) 3. Evaluation Factors 4. Hartford County Wage Determination List
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-18-Q-0040/listing.html)
- Record
- SN04860989-W 20180322/180320231534-c3ce967708958660eeb0379e695e8e04 (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 |