SOLICITATION NOTICE
23 -- 115th Fighter Wing Temporary Modular/Mobile Office Facilities
- Notice Date
- 10/22/2020 8:03:44 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 321991
— Manufactured Home (Mobile Home) Manufacturing
- Contracting Office
- W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
- ZIP Code
- 53704-2591
- Solicitation Number
- W50S9F-21-Q-0001
- Response Due
- 11/3/2020 1:00:00 PM
- Archive Date
- 11/18/2020
- Point of Contact
- Dave W. Mattila, Phone: 6082454788
- E-Mail Address
-
115.FW.FW-Contracting.Org@us.af.mil
(115.FW.FW-Contracting.Org@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation W50S9F-21-Q-0001 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-01, effective 01 October 2020, and Defense Acquisition Circular DPN 20200929, effective 09 September 2020. (iv) This RFQ is solicited as Total Small Business Set-Aside. The NAICS code is anticipated to be 321991 with a Small Business Size Standard of 1,250 employees. (v) The Wisconsin Air National Guard is seeking the following item(s): CLIN 0001: Lease of 5 each 24x60 mobile/modular offices � Base Year. CLIN 0002: Mobilization of 5 each trailers (Delivery, set-up) CLIN 0003: Demobilization of 5 each trailers (Disassembly, Removal) CLIN 0004 (Option): Lease of 5 each 24x60 mobile/modular offices � Option Year 1. CLIN 0005 (Option): Lease of 5 each 24x60 mobile/modular offices � Option Year 2. CLIN 0006 (Option): Lease of 1 additional 24x60 mobile/modular offices � Base Year. CLIN 0007 (Option): Mobilization of 1 each additional trailers (Delivery, set-up) CLIN 0008 (Option): Demobilization of 1 each trailers (Disassembly, Removal) CLIN 0009 (Option): Lease of 1 additional 24x60 mobile/modular offices � Option Year 1. CLIN 0010 (Option): Lease of 1 additional 24x60 mobile/modular offices � Option Year 2. (vi) Description of requirement: The 115th Fighter Wing has a requirement to procure by leasing/renting temporary modular/mobile office facilities to accommodate unit members that are displaced from their offices during construction. Minimum requirements of the temporary office facilities are provided in the Purchase Description. The Government intends to issue a Firm Fixed Price contract. SPECIAL INSTRUCTIONS: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award. (vii) Delivery schedule is such that the trailers are set up, fully functional and ready for occupancy as specified in the Purchase Description (Section C) of the solicitation. (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix) 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 and other factors considered. The following factors shall be used to evaluate offers: The solicitation will be evaluated using technical, price and past performance under procedures in FAR Part 12 and FAR Part 13. **Note: Government reserves the right to request photos of units to be provided to fulfill requirement prior to making award. ** (x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Clauses and provisions are incorporated by reference and full text as outlined in the Standard Form 1449. Full text for provision and clauses incorporated by reference are available at http://farsite.hill.af.mil. (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. Instructions to Offerors: 1. Quotes in response to this solicitation must include the Offeror�s CAGE Code or DUNS Number. 2. Quotes must be valid for 90 days following solicitation close date. 3. Provide an offer/proposal with sufficient information to facilitate an evaluation whereby the government can make a determination of award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. 4. Provide pricing by completing and submitting the Standard Form 1449 Contract Line Items. 5. Contractors are responsible for monitoring Contracting Opportunities within beta.SAM.gov for any changes/updates to the solicitation. 6. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. 7. All offerors must complete and return the attachment, �FAR 52.204-24 Offeror Representations.� (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received earlier than 5 days prior to the offer due date may not be answered. ***Combined Synosis/Solicitation Amendment(s)*** Amendment #1 dated 22 Oct 2020 Amendment Description - Upload of document as follows: B.01.Combo Question-Answer 1
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8d0e459b4553475f8916cbc4b6d9123a/view)
- Place of Performance
- Address: Madison, WI 53704, USA
- Zip Code: 53704
- Country: USA
- Zip Code: 53704
- Record
- SN05835783-F 20201024/201022230139 (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 |