SOLICITATION NOTICE
56 -- Reinforcement of Territorial Security Fence at United States Merchant Marine Academy
- Notice Date
- 12/15/2020 4:45:32 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238190
— Other Foundation, Structure, and Building Exterior Contractors
- Contracting Office
- 6913G6 VOLPE NATL. TRANS. SYS CNTR CAMBRIDGE MA 02142 USA
- ZIP Code
- 02142
- Solicitation Number
- 6913G621Q300016
- Response Due
- 12/18/2020 9:30:00 AM
- Archive Date
- 01/02/2021
- Point of Contact
- Elizabeth McDannell, Phone: 617 494 2952
- E-Mail Address
-
elizabeth.mcdannell@dot.gov
(elizabeth.mcdannell@dot.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The purpose of this solicitation amendment is to include the questions and answers from all interested Offerors. See 2 Questions have been submitted during Questions Period; Questions and�Prospective Answers provided in separate document in Attachments Section of this Notice. All 13 Attachments are accessible. The Offeror shall provide a firm fixed price quotation for CLINS 00100 - 00600 using SF 1449 Pages 1-2 of 9 page Attached Document, in accordance with the attached Statement of Work, Instructions, Conditions, and Notice to Offerors, and Terms and Conditions. Description The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, in support of the United States Merchant Marine Academy (USMMA) is seeking to replace and install perimeter security fencing.� The USMMA uses various types of fencing to create territorial reinforcement for the USMMA perimeter.� A majority of the security perimeter fencing is used to separate the USMMA from residential property; the remaining perimeter fence resides along public right of ways.� A wood stockade style fence supported with steel posts is positioned along most of the USMMA perimeter. Please refer to Attachment 1, SOW, for additional details. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Solicitation No. 6913G621Q300016 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation is set aside for Small Businesses. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2021-02, effective November 23, 2020. The NAICS Code is 238190; the Small Business size standard is $16.5 million. STATEMENT OF WORK � ATTACHMENT 1 ADDITIONAL MATERIALS � ATTACHMENT 2a through 2i FAR 52.212-3 - ATTACHMENT 3 REQUIREMENTS: The Government intends to award one (1) purchase order on a Firm Fixed Price basis as a result of this solicitation. An Award will be made to the responsible Offeror whose proposal/quote meets all the requirements in this Combined Synopsis/Solicitation and is determined to offer the lowest priced technically acceptable quote. CLIN 00100 - Removal and installation of fence at DPW laydown area along Steppingstone Lane - Task 1 $_______________________ CLIN 00200 � Removal and installation of fence at DPW yard adjacent to Elmridge Road Gate - Task 2 $_______________________ CLIN 00300 � Fence top extension along South perimeter - Task 3 $_______________________ CLIN 00400 - Removal and installation of fence from Barstow Gate to the waterline - Task 4 $_______________________ CLIN 00500 - Option Line Item -�Replacement of Barstow Gate - Task 5 $_______________________ CLIN 00600 - Option Line Item - Install perimeter fencing along Sunset Road - Task 6 $_______________________ INSTRUCTIONS TO OFFERORS: FAR 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated by reference. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.204-7, 52.204-13, 52.204-16, and 52.204-18, 52.204-25, 52.204-26, 52.217-5, 52.217-7, and 52.232-40. The FAR and TAR provisions and clauses cited in this notice can be viewed at: https://www.acquisition.gov/browsefar http://www.dot.gov/administrations/assistant-secretary-administration/transportation-acquisition- regulation-tar Questions in regards to this solicitation are due by 12:30 PM Eastern Time on Tuesday, December 15, 2020. The signed offer must be submitted electronically via e-mail to Elizabeth.McDannell@dot.gov. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Elizabeth McDannell, V-222, 55 Broadway, Cambridge, MA 02142. The time for receipt of offers is 12:30 PM Eastern Time on Friday, December 18, 2020. No telephone requests will be honored. The Government will not pay for any information received. THE FOLLOWING FAR PROVISIONS ARE INCORPORATED IN FULL TEXT: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it ""does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument"" in paragraph (c)(1) in the provision at�52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v)(2)(i) of the provision at�52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it ""does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services"" in paragraph (c)(2) of the provision at�52.204-26, or in paragraph (v)(2)(ii) of the provision at�52.212-3. ������(a)�Definitions.�As used in this provision� ������Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component�have the meanings provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ������(b)�Prohibition. (1)�Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� ����������������(i)�Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ����������������(ii)�Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. �����������(2)�Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� ����������������(i)�Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ����������������(ii)�Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ������(c)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". ������(d)�Representation.�The Offeror represents that� �����������(1)�It�?�will,�?�will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds ""will"" in paragraph (d)(1) of this section; and �����������(2)�After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� ����������It�?�does,�?�does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds ""does"" in paragraph (d)(2) of this section. ������(e)�Disclosures.� (1)�Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded ""will"" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: ����������������(i)�For covered equipment� ���������������������(A)�The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); ���������������������(B)�A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and ���������������������(C)�Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. ����������������(ii)�For covered services� ���������������������(A)�If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or ���������������������(B)�If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. �����������(2)�Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded ""does"" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: ����������������(i)�For covered equipment� ���������������������(A)�The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); ���������������������(B)�A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and ���������������������(C)�Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. ����������������(ii)�For covered services� ���������������������(A)�If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or ���������������������(B)�If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 120 days after award of this contract. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/65ebbf2c25994accbd7fc79e1fc2d9a0/view)
- Place of Performance
- Address: Kings Point, NY 11024, USA
- Zip Code: 11024
- Country: USA
- Zip Code: 11024
- Record
- SN05874538-F 20201217/201215230143 (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 |