MODIFICATION
71 -- Executive Office/conference room-USACE Jacksonville
- Notice Date
- 9/4/2024 10:50:28 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337211
— Wood Office Furniture Manufacturing
- Contracting Office
- W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP24Q0021
- Response Due
- 9/18/2024 12:00:00 PM
- Archive Date
- 10/03/2024
- Point of Contact
- Peter S. Barone, Phone: (904)232-1183, Gerald Garvey, Phone: 9042323055
- E-Mail Address
-
peter.s.barone@usace.army.mil, gerald.l.garvey@usace.army.mil
(peter.s.barone@usace.army.mil, gerald.l.garvey@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06 (5 October 2023). The associated North American Industrial Classification System (NAICS) code for this procurement is 337211 Wood Office Furniture Manufacturing, with a small business size 1,000 employees. The Jacksonville District USACE Contracting Division- Procurement Section is seeking to transform existing open office space into two fully enclosed offices, by way of installing floor to ceiling walls, doors, and glass, to transfer natural light from existing windows within RM. USACE RM requires the services of a commercial contractor to provide the supplies and services needed to complete this transformation. The site of this project is the Army Corps of Engineers (USACE) Resource Management (RM), 5TH floor West, located at 701 San Marco Blvd, Jacksonville, FL 32207 �All interested companies must provide a quotation utilizing the attached pricing sheet: A site visit to access the facility is not mandatory for interested quoters, but it is highly recommended. The site visit is scheduled for September 12, 2024� at 10:00 am Eastern Standard Time. Site Visit Scheduling POC are the following: Joseph D. Soto, Financial Analyst (Resource Management); at joseph.d.soto@usace.army.mil � Office: 904-232-2420 Thomas Crutchfield, Facility Specialist (Logistics); thomas.j.crutchfield@usace.army.mil� � Office: 904-232-1191 Cell:360-632-1078 Ship to Address: USACE, US Army Corps of Engineers 701 SAN MARCO BLVD. JACKSONVILLE, FL 32207 Joseph D. Soto joseph.d.soto@usace.army.mil Thomas Crutchfield thomas.j.crutchfield@usace.army.mil �� � Receiving Location work hours: Delivery shall be provided Monday through Friday between 7:30 a.m. and 4:30 p.m. Contractor shall coordinate and prepare delivery schedules and submit it for approval of the Contracting Officer Representative (COR). Award of a Firm Fixed Price (FFP) Purchase Order will be made to the quoter whose quotation offers the best value to the government, utilizing lowest price technically acceptable (LPTA), simplified acquisition procedures authorized in FAR Part 13. Price will be evaluated by adding the sub total price for trees, shrubs, and groundcover to determine a total evaluated price (TEP). Quotes will be ranked in price order from lowest to highest based on the Total Evaluated Price (TEP). If the lowest ranked TEP quote is found to have fair and reasonable pricing, the Government will complete a responsibility determination in accordance with the criteria specified in FAR 9.104-1. If found responsible, the evaluation process stops at this point as that offer represents the best value to the Government. If the quoter is found to be non-responsible, the next lowest ranked TEP quote will be evaluated. This process will continue (in order of ascending (TEP) until a quoter is found to have fair and reasonable pricing and the quoter is deemed responsible. The full text of FAR provisions or clauses may be accessed electronically at acquisition.gov. The following solicitation provisions apply to this acquisition: CLAUSES INCORPORATED BY REFERENCE 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 52.204-27Prohibition on a ByteDance Covered Application JUN 2023 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services DEC 2022 52.219-33 Nonmanufacturer Rule SEP 2021 52.222-19 (Dev) Child Labor - Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) DEC 2022 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials�SEP 2011 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS SEP 2022 252.204-7003 Control Of Government Personnel Work Product�APR 1992 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023 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 2023 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements MAR 2022 252.204-7020 NIST SP 800-171 DoD Assessment Requirements JAN 2023 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Products or Commercial Services�JAN 2023 252.247-7023 Transportation of Supplies by Sea JAN 2023 CLAUSE INCORPORATED BY FULL TEXT (SEE ATTACHMENT FOR FULL TEXT) 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) NOTE: All questions and clarification regarding this solicitation must be submitted via email; subject line to read: Question/Clarification for W912EP24Q0021. The deadline date/time for questions and clarifications is no later than 16 September 2024 @ 1200 P.M EST. All questions or clarifications shall be compiled into one (1) email. The deadline date will allow the Government adequate time to prepare and issue responses to all offerors prior to the date and time set forth for receipt of proposal. All questions/clarifications shall be emailed to peter.s.barone@usace.army.mil and cc�d gerald.l.garvey@usace.army.mil. ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS I. SUBMISSION OF QUOTES: Reference 52.212-1 Paragraph (b) North American Industry Classification System (NAICS) Code applicable to this solicitation is 337211 and the Business size: 1,000 employees. Per FAR 4.1201(a): Prospective contractors SHALL complete electronic annual representations and certifications (Reps & Certs) at https://www.acquisition.gov database. Your Reps and Certs must include the NAICS applicable to this solicitation and indicate your organization�s business size status. Per 13 CFR 121.104 - If the size determination is based on average annual gross revenue, the method for determining business size status is based on the company�s average annual gross revenues for the last three fiscal years. Organizations whose average annual gross revenues exceed the size standard of this solicitation are considered large businesses. Additional definition is available by searching 13CFR121 at http://www.gpoaccess.gov/cfr/index.html� Quoters shall submit an original copy of the following documents: (1) Standard Form 1449, Solicitation/Contract/Order for Commercial items, page 1, Blocks 17a, 17b, 30a, 30b, 30c completed and signed by an authorized representative on behalf of the quoter. Discount terms, if any, in Block 12. (2) A completed Price Exhibit (Pricing Spreadsheet) with unit pricing for all requirements. (3) Prospective contractors shall complete electronic annual representations and certifications at System for Award Management (SAM) website available at https://www.sam.gov and must indicate their business size for the applicable NAICS code. (4) Submit the following information: (a) Unique Entity ID: _____________________________________ (b) Contractor E-Mail Address: ___________________________________________________ QUOTE SUBMISSION INSTRUCTIONS Proposals can be submitted electronically via email, the recipients will be the Contracting Officer and Contract Specialist. The Contract Specialist for this requirement is Mr. Peter Barone, whose e-mail address is peter.s.barone@usace.army.mil. The Contracting Officer for this requirement is Mr. Gerald L. Garvey, whose e-mail address is gerald.l.garvey@usace.army.mil. Quotes shall be submitted and received prior to the Quote due date required in the solicitation. It is the offeror�s responsibility to ensure that the electronic quotes have been received. The date and time of delivery will be established by the time of receipt of the e-mail notification to the Contract Specialist and Contracting Officer. Do not assume that electronic communication is instantaneous. Please make allowances for delays in transmittal and time for delivery. If an electronic submission is uploaded minutes before the deadline but notification is not actually received in the recipients� email inboxes until after the deadline, the submission will be considered late. The Government will not be responsible for quotes delivered to any location or to anyone other than those designated to receive quotes on its behalf. Offerors are responsible for ensuring that quotes are submitted so as to reach the designated recipient(s) of quotes. Offerors are responsible for allowing sufficient time for the quote to be received in accordance with the information provided. (End of Provision) 52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) ADDENDUM TO 52.212-2 EVALUATION--COMMERCIAL ITEMS (NOV 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers using Simplified Acquisition Procedures: Quotes will be evaluated independently, and the following factors will be used to evaluate quotes using Lowest Price Technically Acceptable (LPTA) procedures on an acceptable or unacceptable basis: 1. Price 2. Responsibility EVALUATION MINIMUM REQUIREMENTS: 1. Price: Price will be evaluated by adding the sub total prices to determine a total evaluated price (TEP). The total evaluated price must be determined fair and reasonable in order to be deemed acceptable for award. The contract specialist will evaluate all quotes. Quotes will not be discussed or released to anyone not directly involved in the source selection for this acquisition. 2. Responsibility: The Government will complete a responsibility determination in accordance with the criteria specified in FAR 9.104-1. If found responsible, the evaluation process stops at this point as that offer represents the best value to the Government. If the quoter is found to be non-responsible, the next lowest ranked TEP quote will be evaluated. This process will continue (in order of ascending (TEP) until a quoter is found to have fair and reasonable pricing and the quoter is deemed responsible. EVALUATION METHODOLOGY: Specifically, the evaluation process shall proceed as follows: First, the quotes will be ranked in price order from lowest to highest based on the Total Evaluated Price (TEP). The Government will then evaluate pricing to determine fair and reasonableness using one or more of the techniques contained in FAR sub-part 13.106-3. If the lowest ranked TEP quote is judged to have fair and reasonable pricing, the Government will complete a responsibility determination in accordance with the criteria specified in FAR 9.104-1. If found responsible, the evaluation process stops at this point as that offer represents the best value to the Government. Award shall be made to that quoter without further consideration of any other quotes. If the lowest TEP rated quoter is found to be non-responsible, the next lowest ranked TEP quote will be evaluated. This process will continue (in order of ascending TEP) until a quoter is judged to have fair and reasonable pricing and the quoter is deemed responsible. (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote�s specified expiration time, the Government may accept and quote (or part of a quote), whether or not there are negotiations after its receipt unless a written notice of withdrawal is received before award. (End of provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022) 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) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) Point of Contact for Solicitation: Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to: Contracting Specialist: Peter Barone Email: peter.s.barone@usace.army.mil Contracting Officer: Gerald Garvey Email: gerald.l.garvey@usace.army.mil�904-232-3055
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b2b205a3af5547829a424cf06ec7318f/view)
- Place of Performance
- Address: Jacksonville, FL 32207, USA
- Zip Code: 32207
- Country: USA
- Zip Code: 32207
- Record
- SN07196826-F 20240906/240904230110 (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 |