Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2018 FBO #6144
MODIFICATION

X -- Modular Lease MFHP

Notice Date
9/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
444190 — Other Building Material Dealers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for California, 10620 Mather Boulevard, Mather, California, 95655-4125, United States
 
ZIP Code
95655-4125
 
Solicitation Number
W912LA-18-T-0089
 
Archive Date
10/4/2018
 
Point of Contact
Javier Duran, Phone: 9168433935
 
E-Mail Address
javier.v.duran.mil@mail.mil
(javier.v.duran.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. Solicitation. 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; quotations are being requested and a written solicitation WILL NOT be issued. The CA Army National Guard intends to utilize this Request for Quote (RFQ), under solicitation number W912LA-18-T-0089, to award a Firm Fixed Price (FFP) type contract for the supplies to support the Military Funeral Honors Program (MFHP) in Riverside, CA. The government intends to award one contract to the responsible offeror whose offer represents the Best Value to the Government. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Defense Acquisition Circular DPN 20161222, and Army Federal Acquisition Regulation Supplement Revision #26. See the attached CLIN Structure Price Sheet (Attachment 1) in accordance with FAR 12.603(c)(v). This solicitation is 100% set aside for small business. The NAICS code for this acquisition is 444190. The small business size standard for this NAICS code is 500 employees. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (July 2016) Alternate I (Oct 2014), or ensure the Representations and Certifications are updated at www.sam.gov. Far 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-4, contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, apply to this solicitation and are listed in Attachment 2. Attachment 2 identifies the applicable clauses and provisions to this RFQ. All clauses and provisions may be found in full text at the following site: http://farsite.hill.af.mil. 2. Description of Requirement. The Government has a requirement for one modular office building at Riverside National Cemetery. Building will serve as main office for teams operations, uniform changing area, and break area and primary facility for restrooms. Riverside National Cemetery, 22495 Van Buren Blvd. Riverside, CA 92518. 3. Basis for Award. The Government intends to award without discussions one Firm Fixed Price (FFP) contract for the acquisition. Award will be made to the lowest price responsible offeror that is determined to be technically acceptable. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The responses to this RFQ are intended to be evaluated, and award made, without discussions unless discussions are deemed to be necessary. 4. Best Value Evaluation. For this procurement, the Best Value determination will be made as Lowest Price Technically Acceptable (LPTA). The following factors will be used to evaluate offers: A) Price, B) Technical, and C) Past Performance Factors. A. Total Evaluated Price (TEP) will be determined by multiplying the quantities identified in the price sheet by the proposed unit price for each Contract Line Item Number (CLIN). The TEP is a two-part computation. First, the offeror's total proposed price will be determined by multiplying the quantities identified in the Price Proposal Worksheet by the unit price, limited to two decimal places, for each CLIN to confirm the extended total amount for each CLIN; the sum of all extended amounts will be the offeror's total proposed price. Second, the total proposed price (total amount for CLINs 0001 thru 0008) will constitute the TEP. B. Technical and past performance factors will be evaluated by the ratings listed below. The failure of an offeror to meet the requirements of a factor or subfactor will result in an unacceptable rating. The technical, past performance, and subcontracting plan factors will receive one of the ratings listed below: (1) Acceptable: Quote clearly meets the requirements of the solicitation. (2) Unacceptable: The quote does not clearly meet the requirements of the solicitation. C. Technical and Past Performance Factors: The Government will evaluate the offers for being technically acceptable and for being rated acceptable or unacceptable for past performance, assigning the ratings as described in the paragraph above. The failure of an offer to meet any or all of the technical criteria will result in a technically unacceptable rating and preclude award. A rating of unacceptable for one or more technical subfactors will constitute an overall rating of unacceptable for the technical evaluation. Factor 1 - Technical. The Government will determine acceptability based on Contractor ability to provide modular inclusive of all necessary set-up to accomplish the delivery/installation. Factor 2 - Past Performance. The Government will determine acceptability based on either Contractor Performance Assessment Reporting System (CPARS) ratings, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontracting Reporting System (eSRS) or from other sources (if necessary). Past performance is determined by work completed within the past three (3) years. Relevancy is based on providing similar requirements. If an offeror has no recent or relevant past performance, past performance will be treated as neutral, resulting in an acceptable rating. 5. Additional Instructions to Offerors. Vendors shall respond to this RFQ via email by 19 September 2018 by 12:00 P.M. Pacific Standard Time (PST). All quotes should be sent to the Contract Specialist, Javier Duran, at javier.v.duran.mil@mail.mil before the due date and time specified. Any quote, modification, or revision of a quote received after the exact time specified for receipt of quotes is "late" and shall not be considered. All offers must list DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow (WAWF) to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/to complete your registration. 6. Questions. All questions regarding the RFQ package must be submitted to the above email address by 14 September 2018 at 12:00 P.M. Pacific Standard Time (PST). Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. 7. Organizational Conflicts of Interest. All offerors shall identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest. 8. Notice to Offerors. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Submitted offers shall be valid for 60 days after the closing date of the RFQ. 9. Anticipated Award Date. The Government anticipates awarding this contract by 24 September 2018. Attachments: 1. CLIN Price Sheet 2. Clauses and Provisions 3. Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-18-T-0089/listing.html)
 
Place of Performance
Address: Riverside National Cemetery, 22495 Van Buren Blvd, Riverside, California, 92518, United States
Zip Code: 92518
 
Record
SN05091561-W 20180919/180917230847-2e033dd8fbe61381c73292a57831f1a8 (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.