Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2020 SAM #6903
SOLICITATION NOTICE

J -- Cooler and Chiller Maintenance and Testing

Notice Date
10/21/2020 1:03:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
COMMANDING GENERAL PARRIS ISLAND SC 29905-9001 USA
 
ZIP Code
29905-9001
 
Solicitation Number
M0026321Q0002
 
Response Due
11/10/2020 8:00:00 AM
 
Archive Date
11/25/2020
 
Point of Contact
Anthony Islas
 
E-Mail Address
anthony.islas@usmc.mil
(anthony.islas@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and another written solicitation will not be issued. Solicitation number M0026321Q0002 is issued as a request for quote (RFQ) using the commercial procedures in accordance with FAR Part 12 and 13. The Source Selection procedures are in accordance with FAR 13.106-1(a)(2), Price and Other Factors. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-01 and DFARS Publication 20200929. The Regional Contracting Office, Marine Corps Recruit Depot- Parris Island, SC intends to solicit and award a Firm Fixed Price Contract for Cooling tower and Chiller maintenance and eddy current testing aboard the Marine Corps Recruit Depot, Parris Island, SC.� This solicitation is issued as 100% small business set-asideand the North American Industrial Classification System (NAICS) code for this requirement is 238210 with a size standard of $16.5 (millions of dollars). All applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are contained in SF 1449 M0026321Q0002 attached to this synopsis. The Government will answer questions received up to ten (10) days prior to the solicitation closure and will provide responses to interested parties via an amendment to the solicitation.� All questions shall be in writing.� Questions received after this date may not be answered. Offerors responding to this announcement shall submit their quotes in accordance with FAR Part 12 and additional instructions, conditions, and notices to offerors provided in the SF1449.� The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and its addendum provision. Comparative Evaluation/Basis for Award (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, past performance, and other factors considered. The following factors shall be used to evaluate quotes: Price; Past Performance:� The apparent successful, prospective contractor must have satisfactory or neutral past performance.� Past Performance shall be evaluated in accordance with FAR 13.106-2.�� The Supplier Performance Risk System (SPSR) application (https://www.sprs.csd.disa.mil) will be used in the evaluation of suppliers� past performance in accordance with DFARS 213.106-2(b)(i). Other Factors: Contractor�s quoted supplies or services shall, at a minimum, meet the salient characteristics, specifications, deliverables, or performance requirements outlined in the solicitation. In accordance with FAR 13.106-2(b)(3), the government will conduct a comparative evaluation of quotations based on price and other non-price factors.� The Government will first eliminate unacceptable quotations; the remaining quotations will be arranged from lowest price to the highest price.� If there are more than two (2) quotes, the Government will conduct a comparative assessment of at least the two (2) lowest price quotes.� The award will be made to the offeror�s whose quote is determined to have both a fair & reasonable price and to be the most advantageous to the Government. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.� Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.� All other additional contract requirement for this acquisition can be found in the attached SF 1449 Site Visit: Site visit will is scheduled on November 2, 2020 at 0900 EST.� In order to attend the site visit, contact the Contract Specialist, Anthony Islas at anthony.islas@usmc.mil no later than October 29, 2020 to confirm interest and intent to attend site visit. Additional site visit information� will� be� provided� along� with instructions for base access. The closing date and time for this solicitation is November 10, 2020 at 11:00 AM (EDT). The primary point of contact for this solicitation is Anthony Islas (anthony.islas@usmc.mil).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/12b9d278f8db479098bd5133c8934c97/view)
 
Place of Performance
Address: SC 29905, USA
Zip Code: 29905
Country: USA
 
Record
SN05834361-F 20201023/201021230137 (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.