Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2022 SAM #7600
SOLICITATION NOTICE

99 -- U.S. Army Pacific Command Headquarters Historical Exhibit: Amendment 0001

Notice Date
9/19/2022 1:31:38 PM
 
Notice Type
Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
PAN41322P00000002143
 
Response Due
9/23/2022 2:00:00 PM
 
Archive Date
10/08/2022
 
Point of Contact
Charles Allen, Phone: 8087878853, Daryl Duenas, Phone: 8087878815
 
E-Mail Address
charles.c.allen.civ@army.mil, daryl.s.duenas.civ@army.mil
(charles.c.allen.civ@army.mil, daryl.s.duenas.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Amendment 0001: The purpose of this amendment is to define evaluation criteria, add Contract Line Item Numbers (CLINs),� add provisions and clauses, and to post RFI responses. i) 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; quotes are being requested and a written solicitation will not be issued. This acquisition is conducted using FAR 13 - Simplified Acquisition Procedures. (ii) Competitive quotes are being requested under Request for Quote (RFQ) Number PAN41322P00000002143. (iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-07, Effective: August 10, 2022. (iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 541990, All Other Professional, Scientific, and Technical Services. The small business size standard is $7 million. This procurement is issued as 100% Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. (v) A list of contract line item number(s) and items, quantities, and units of measure: Clin: 0001 Description OF REQUIREMENTS: BLDG 600 (Arrivals) � 410 Wisser Rd., Fort Shafter, HI 96858 EXTENDED DESCRIPTION: The contractor shall satisfy tasks in accordance with the Performance Work Statement / Paragraphs 2.1.2, 2.2.1, 2.2.2, 2.3.1, and 2.4.1; see �Performance Work Statement� for more details. QTY: 1 Unit of Issue: Jobs Unit Price:________________________ Extended Price:____________________ Clin: 0002 Description OF REQUIREMENTS: BLDG 600A (Command Group) � 410 Wisser Rd., Fort Shafter, HI 96858 EXTENDED DESCRIPTION: The contractor shall satisfy tasks in accordance with the Performance Work Statement / Paragraphs 2.1.2, 2.2.3, 2.2.4, 2.2.5, 2.2.6, 2.3.2, 2.4.1, 2.4.2, and 2.4.3; see �Performance Work Statement� for more details. QTY: 1 Unit of Issue: Jobs Unit Price:________________________ Extended Price:____________________ Clin: 1001 Description OF REQUIREMENTS (OPTION): BLDG 600B (Secure Operations) � 410 Wisser Rd., Fort Shafter, HI 96858 EXTENDED DESCRIPTION: The contractor shall satisfy tasks in accordance with the Performance Work Statement / Paragraph 2.3.5; see �Performance Work Statement� for more details. QTY: 1 Unit of Issue: Jobs Unit Price:________________________ Extended Price:____________________ Clin: 1002 Description OF REQUIREMENTS (OPTION): BLDG 600C (Main Operations) � 410 Wisser Rd., Fort Shafter, HI 96858 EXTENDED DESCRIPTION: The contractor shall satisfy tasks in accordance with the Performance Work Statement / Paragraph 2.3.4; see �Performance Work Statement� for more details. QTY: 1 Unit of Issue: Jobs Unit Price:________________________ Extended Price:____________________ Clin: 1003 Description OF REQUIREMENTS (Option): BLDG 600D (Support Operations) � 410 Wisser Rd., Fort Shafter, HI 96858 EXTENDED DESCRIPTION: The contractor shall satisfy tasks in accordance with the Performance Work Statement / Paragraph 2.3.3; see �Performance Work Statement� for more details. QTY: 1 Unit of Issue: Jobs Unit Price:________________________ Extended Price:____________________ Clin: 1004 Description OF REQUIREMENTS (OPTION): BLDG T-100 � Fort Shafter, HI 96858 EXTENDED DESCRIPTION: The contractor shall satisfy tasks in accordance with the Performance Work Statement / Paragraphs 2.4.4; see �Performance Work Statement� for more details. QTY: 1 Unit of Issue: Jobs Unit Price:________________________ Extended Price:____________________ To be considered acceptable and eligible for award, quotes must be complete and including all of the items and services in accordance with the attached �Performance Work Statement.�� The Government will not consider quotes or offers for partial items or quantities. (vi) Contractors shall review the �Performance Work Statement� for the full description of requirements. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: The expected Period of Performance for this effort is: CLIN 0001: 30 Sept 2022 - 6 Dec 2022 CLIN 0002: 30 Sept 2022 - 6 Dec 2022 OPTION CLIN 1001: 7 Dec 2022 - 29 Sept 2023 OPTION CLIN 1002: 7 Dec 2022 - 29 Sept 2023 OPTION CLIN 1003: 7 Dec 2022 - 29 Sept 2023 OPTION CLIN 1004: 7 Dec 2022 - 29 Sept 2023 (viii)�OFFEROR INSTRUCTIONS The provision at�52.212-1,�Instructions to Offerors � Commercial Items (JUL 2021), applies to this acquisition.��The Government intends to award a Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the �Evaluation Factors for Award��Section below.�A complete quote must be received for consideration.�Respond to each item listed below, if the response is �None� or �Not applicable,� explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award.�A complete quote includes a response and submission to each of the following: General Information:�Offeror Business Name, Address, Cage, and Unique Entity Identification Number (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-mail address). Technical Documentation: Technical Approach:�Quote must address technical capability as it relates to the Performance Work Statement. Quoter technical approach must include a plan to obtain or build the displays in PWS section 2.2. Additionally, the quote shall describe the approach to printing, matting, framing, hanging and mounting items described in PWS section 2.3. Finally, the quote must describe the process used to safely remove, transport, protect, and establish items around the TEMPEST soundproofing referenced in PWS Section 2.4. This approach shall include the parameters of quality necessary to ensure the Government�s assets are protected during relocation. Price Quote:�The quoter shall submit complete pricing for each CLIN listed in the��Description of Requirements��Section above to include the unit price and the extended price for each line item and a total price in US Dollars ($). Partial quotes will not be accepted. (ix)�Evaluation Factors for Award:�In lieu of the provision at 52.212-2 Evaluation-Commercial Products and Commercial Services, the specific evaluation criteria included are price and past performance as defined below: Factor I � Technical Approach:�The Government will evaluate the Technical Approach by reviewing the quoter�s approach to the elements identified in PWS sections 2.2, 2.3, and 2.4. The Government will assess the care and quality of the quoter�s approach. Factor II � Price:�The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes and all associated prices as outlined in paragraph (v) above. **Basis for Award:�The Government intends to award a firm-fixed-price contract to the responsible offeror meeting solicitation requirements, such as terms and conditions, representations, and certifications in order to be eligible for award. The vendor must be actively registered in the System for Award Management (SAM) at the time of offer submission. The award decision will be based on whether the price associated with the technical approach represents the best value when compared to any lower priced quotation or offer. In order to arrive at the best value determination, the Government reserves the right to resolve quote deficiencies with one, some, or all contractors at its discretion. Additionally, the quote will be evaluated for a fair and reasonable price. The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. (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 (OCT 2018), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JULY 2021), applies to this acquisition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following additional FAR clauses and provisions are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (JUN 2020) 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.(NOV 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26 Covered Telecommunications Equipment or Services-Representation. (OCT 2020) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (NOV 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-28, Post Award Small Business Program Representation (SEPT 2021) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2022) 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. ������������� (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JUN 2020) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-18 Availability of Funds (APR 1984) 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (OCT 2018) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) The following additional DFARS clauses are applicable to the acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials.(NOV 2011) 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.223-7008 Prohibition of Hexavalent Chromium (June 2013) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEV 2020-O00015). (MAY 2020) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (DEV 2020-O00015). (MAY 2020) 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (FEB 2020) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area Work-Flow Payment Instructions (DEC 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites Representation (DEVIATION 2021-O0003) (April 2021) 252.244-7000 Subcontracts for Commercial Items (JAN 2021) 252.247-7023 Transportation of Supplies by Sea, Basic (FEB 2019) 52.217-9 - OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) ����� (a) The Government may extend the term of this contract by written notice to the Contractor prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. ����� (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. ����� (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 15 months. (End of clause) (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition. Attachment 1 � Performance Work Statement� (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. (xv) DUE DATE AND SUBMISSION INFORMATION Formatting Requirements: Submit quotes in electronic PDF. Questions Due Date and Submission Requirements: All questions must be received no later than September 16 2022� @ 1100HRS, Hawaii Time. Questions must be e-mailed to both charles.c.allen.civ@army.mil AND ryan.m.brown78.civ@army.mil.� Include RFQ# PAN41322P0000002143 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on September 23, 2022 @ 1100hrs Hawaii Time.� (xvi) Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist Charles C. Allen at Charles.c.allen.civ@armymil. Reference RFQ# PAN41322P0000002143 on all email exchanges regarding this acquisition. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad6ad87fe89c4743a54023f431227b08/view)
 
Place of Performance
Address: Fort Shafter, HI 96858, USA
Zip Code: 96858
Country: USA
 
Record
SN06471204-F 20220921/220919230122 (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.