Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2024 SAM #8117
SOLICITATION NOTICE

S -- Publications/Material Pulling and Prepping for USACE Pub Depot

Notice Date
2/15/2024 7:47:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
W4LD USA HECSA ALEXANDRIA VA 22315-3860 USA
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ24PULL
 
Response Due
3/1/2024 2:00:00 PM
 
Archive Date
03/16/2024
 
Point of Contact
Erroll T. Foster, Phone: 7034286902, W. Dale Dewar, Phone: 7034286485, Fax: 7034288181
 
E-Mail Address
erroll.t.foster@usace.army.mil, wesley.d.dewar@usace.army.mil
(erroll.t.foster@usace.army.mil, wesley.d.dewar@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PUB PULLERS-Package and prepare for shipping. See attached PWS and attachment for combined synopsis/solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603 � Streamlined Solicitation for Commercial Items, as supplemented with additional information included in this notice and FAR Part 13 procedures.� This announcement constitutes the only solicitation.� Offers are being requested and a written solicitation will not be issued. This acquisition is being solicited as a small business set-aside.�The U.S. Army Corps of Engineers Office of History has a requirement to purchase the services described in the attached PWS.� This procurement will be awarded under Simplified Acquisition Procedures.�All questions must be received by Thursday, 22 FEB 2024, 5PM EST.�Email questions and quotes to the Contract Specialist, Erroll Foster at Erroll.T.Foster@usace.army.mil.��The Government intends to award a contract without discussions with respective offerors.� Besides a price quote, offerors must give evidence of technical capability to do same or simliar work, and provide 2 references for such.� � The following provisions and clauses apply to this acquisition and can be viewed electronically at https://www.acquisition.gov/ in accordance with 52.252-1. The Following Provisions and Clauses Are Incorporated By Reference: FAR 52.204-9 ��Personal Identity Verification of Contract Personnel� FAR 52.212-1 ��Instructions to Offerors � Commercial Items� FAR 52.212-4��Contract Terms and Conditions -- Commercial Items FAR 52.219-6��Notice of Total Small Business Set-Aside FAR 52.219-28��Post-Award Small Business Program Re-representation FAR 52.232-40� Providing Accelerated Payments to Small Business Subcontractors� FAR 52.252-1� �Solicitation Provisions Incorporated by Reference DFARS 252.203-7000� Requirements Relating to Compensation of Former DoD Officials� DFARS 252.203-7002� Requirement to Inform Employees of Whistleblower Rights� DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003� Control of Government Personnel Work Product� DFARS 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.223-7006� Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous��� Materials� DFARS 252.225-7048� Export Controlled Items� DFARS 252.232-7003� Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010� Levies on Contract Payments� DFARS 252.243-7001� Pricing of Contract Modifications� Award will be made to the responsible offeror who offers the Lowest Price while demonstrating Technical Acceptability to do the work (LPTA).� FAR 52.212-3 ALT I� Offeror Representations and Certifications -- Commercial Items is incorporated by reference in this combine synopsis and solicitation. Offerors must include a statement that certifies the Offeror�s Representations and Certifications are up to date in System for Award management. FAR 52.212-5 ������������ Contract Terms and Conditions Required to Implement Statutes or Executive Orders. The following FAR Clauses cited within FAR 52.212-5 are applicable to this acquisition: ? 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards ? 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ? 52.219-6 Notice of Total Small Business Set-Aside ? 52.219-28 Post Award Small Business Program Representation� ? 52.222-3 Convict Labor� ? 52.222-21 Prohibition of Segregated Facilities� ? 52.222-26 Equal Opportunity ? 52.222-36 Equal Opportunity for Veterans ? 52.222-36 Equal Opportunity for Workers with Disabilities� ? 52.222-37 Employment Reports on Veterans ? 52.222-50 Combating Trafficking in Persons ? 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving ? 52.225-13 Restrictions on Certain Foreign Purchases ? 52.232-33 Payment by Electronic Funds Transfer�System for Award Management
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ff2f4b675571443f95aeef3d9f5c9fe5/view)
 
Place of Performance
Address: VA 22150, USA
Zip Code: 22150
Country: USA
 
Record
SN06967062-F 20240217/240215230050 (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.