Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2023 SAM #7948
SOLICITATION NOTICE

R -- Communication Access Realtime (CART) DLA DS Battle Creek, MI

Notice Date
8/30/2023 12:16:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP451023Q1064
 
Response Due
9/15/2023 10:00:00 AM
 
Archive Date
09/30/2023
 
Point of Contact
Jonathan Tew, Phone: 2699615721
 
E-Mail Address
Jonathan.tew@dla.mil
(Jonathan.tew@dla.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) part 12 and 13 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. The solicitation number is SP4510-23-Q-1064 and being issued as a request for quotation (RFQ). This is a Competitive Woman Owned Small Business Set-Aside for Communication Access Real Time (CART) or Captioning Service for Deaf and Hard of Hearing employees at the Hart-Dole-Inouye Federal Center (HDIFC). 74 North Washington Avenue, Battle Creek, MI 49037. DLA Disposition Services will also require support of field sites on occasion. The NAICS code is 541930 with a size standard of $22.5 million. The requirement is for a total of 5 years: one year base period, plus four-1 year option periods. This requirement is being solicited as a Firm Fixed Priced Contract. Pricing must be Fixed Price for the entirety of services quoted. Per the Service Contract Act the latest revision of Wage Determination No.: 2015-4873 applies to this contract. All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state, and local laws and regulations, and all installation policies. Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site�s COR and Base Access office. The CART services must be performed during normal installation work hours on the designated days excluding Federal Holidays. PLEASE READ: the Performance Work Statement (PWS), attached to this announcement that explains in detail the solicitation�s requirements and expectations of the contractor. Any questions about this solicitation must be submitted to the Contract Officer NLT 1:00 PM EST on 8 September 2023.� The following government provisions and clauses apply to this requirement: FAR & DFAR PROVISIONS AND CLAUSES 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the responsible contractor whose quote conforms to the solicitation and offers the lowest total price, including the option periods. 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 2020) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-7 System for Award Management (OCT 2018) 52.204-10 Reporting Executive Compensation and First-Tier Subcontracts Awards (JUN 2020) 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) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26 Covered Telecommunications Equipment or Services--Representation (OCT 2020) 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) 52.217-5 Evaluation of Options (JUL 1990) 52.217-9 Option to extend the term of the contact (Mar 2000) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 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) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. (MAR 2022) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.222-41, Service contract labor standards (AUG 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). 52.222-3, Convict Labor (Jun 2003) (E.O.11755). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 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) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. (MAR 2022) 252.225-7048 Export-Controlled Items (JUNE 2013) 252.225-7006 Wide Area Work Flow Payment instructions (JAN 2023) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.244-7000 Subcontracts for Commercial Items (JAN 2021) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation (DEC 2016) INSTRUCTIONS TO OFFERORS: Submit the attached Price Schedule and send email to the contract officer jonathan.tew@dla.mil, NLT 1:00 PM EDT 15 September 2023. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. The Price schedule is required to be completely filled out, including bid for base period, bid for option periods, and total bid for the entire 5 years contract. Offerors shall provide the applicable CAGE Code with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of the quote�s submission. ***This solicitation will be evaluated as Lowest Price Technically Acceptable, please provide your companies qualifications that demonstrate your ability to provide the required services per the PWS.� This will be evaluated for technical acceptance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c1b3ae6095b4d63bdafcbd93981210a/view)
 
Place of Performance
Address: Battle Creek, MI 49037, USA
Zip Code: 49037
Country: USA
 
Record
SN06812598-F 20230901/230830230051 (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.