Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2020 SAM #6855
MODIFICATION

R -- Analyst Support

Notice Date
9/3/2020 3:55:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN20QOO38
 
Response Due
9/17/2020 6:30:00 PM
 
Archive Date
10/02/2020
 
Point of Contact
Deloney P. Denson, Phone: 8086561020, Lisa K. Nakamoto, Phone: 8086560997
 
E-Mail Address
deloney.p.denson.civ@mail.mil, lisa.k.nakamoto.civ@mail.mil
(deloney.p.denson.civ@mail.mil, lisa.k.nakamoto.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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. (ii) The solicitation number is W912CN-20-Q-0038 and this solicitation is issued as request for proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96, effective 06 November 2017. (iv) This is a small business set-aside and the associated NAICS code is 541690 (v) A list of contract line item number(s) and items, quantities and units of measure: CLIN�� �Item�� �QTY�� �UNIT 0001�� �JNTC Analyst Support�� �12�� �month 0002�� �Contractor Manpower Report�� �1�� �each 1001�� �JNTC Analyst Support�� �12�� �month 1002�� �Contractor Manpower Report�� �1�� �each 2001�� �JNTC Analyst Support�� �12�� �month 2002�� �Contractor Manpower Report�� �1�� �each 3001�� �JNTC Analyst Support�� �12�� �month 3002�� �Contractor Manpower Report�� �1�� �each 4001�� �JNTC Analyst Support�� �12�� �month 4002�� �Contractor Manpower Report�� �1�� �each CLIN X002 CMR is an administrative function requiring the annual submission of hours expended on the specific contract. Because hours are tracked and invoiced monthly, this annual requirement should be accomplished in less than one hour. Please quote accordingly.� (vi) Description of requirements/items to be acquired: One digital message board trailer and one digital speed radar trailer Minimum salient characteristics are provided as an attachment.� �(vii) The anticipated period of performance begins before September 30, 2020 and will be twelve-months long.� The award will include four (4) twelve-month option periods.� Each performance period of the resulting contract shall be from the date of award until one year later.� In accordance with FAR 52.217-8 a six month extension will be evaluated as one-half the amount of the final Option period quoted. The place of performance is Fort Shafter, HI on the island of Oahu.� (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision 52.212-2, Evaluation -- Commercial Items, will be used, and the specific evaluation criteria included are technical and price.� Proposals shall be valid through 31 October 2020. Factors: I) Technical II) Past Performance and III) Price FACTOR I: TECHNICAL The offeror shall provide a detailed resume demonstrating the individual ability to perform under this contract with the knowledge, ability, and experience in accordance with the key requirements in the PWS and Job Description. FACTOR II: PAST PERFORMANCE Offeror shall identify pertinent past history, which indicates similar efforts of equal or greater complexity have been performed using the offerors existing capability and demonstrate satisfaction of customer requirements.� FACTOR III: Price The offeror shall propose pricing on the CLINs in the schedule. The offeror shall submit in a separate attachment the applied labor category, the applied labor rate, fringe benefits, profit. Offerors must provide information in sufficient detail to allow the Government to make an assessment of the offerors capability to support the proposed response to the evaluation criteria. Please provide a narrative and copies of any documents (eg. resume) addressing the required relevance and recency of experience defined in the attached PWS and Job Description.� The proposal must not merely repeat the Performance Work Statement (PWS) requirements but rather must provide convincing documentary evidence in support of statements of how contract requirements will be met. ** Basis for Award: The request for quotation uses streamlined acquisition procedures pursuant to FAR Part 12, Part 13, and FAR Part 15 as authorized. The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for technical acceptance a fair and reasonable price. The award decision will be based on the lowest priced offer meeting solicitation requirements, such as terms and conditions, qualifications, and representations and certifications in order to be eligible for award. �(x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995)� 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-20 Predecessor of Offeror (JUL 2016) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.209-2 �Prohibition On Contracting With Inverted Domestic Corporations--Representation (NOV 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Oct 2016)� 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016)� 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. �� �(OCT 2015) 52.222-50, Combating Trafficking in Persons (Mar 2015)� 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)� 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013)� 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following additional DFARS clauses cited in the clause are applicable to the acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights �� �(SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A �� �System for Award Management Alternate A (FEB 2014) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)� 252.225-7048 Export-Controlled Items (JUN 2013)� 252.225-7993 (Dev) Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016) (SEP 2015)� 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work-Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications. 252.244-7000 Subcontracts for Commercial Items �(xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. (xv) The due date for offers is Wednesday September 16, 2020 at 3 pm Eastern Standard Time (EST). (xvi) The individual to contact for information regarding the solicitation is Ms. Deloney Denson at deloney.p.denson.civ@mail.mil 1-808-687-1020 or Lisa Nakamoto at lisa.k.nakamoto.civ@mail.mil 1 808 656 0997. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/79a8cbd483cb46d9aea01fd4b3cec98a/view)
 
Place of Performance
Address: Fort Shafter, HI 96858, USA
Zip Code: 96858
Country: USA
 
Record
SN05785601-F 20200905/200903230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.