Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
MODIFICATION

D -- BPA for Structured Cabling Installation Services, New Hampshire National Guard

Notice Date
2/13/2013
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USPFO for New Hampshire, 1 Minutemen Way, Concord, NH 03301-5652
 
ZIP Code
03301-5652
 
Solicitation Number
W912TF-13-T-0001
 
Response Due
2/19/2013
 
Archive Date
4/14/2013
 
Point of Contact
David D DeVoy III, 603-227-5136
 
E-Mail Address
USPFO for New Hampshire
(david.d.devoy@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, W912TF-13-T-0001, is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-64 dated January 17, 2013. This requirement is set-aside for small business. The NAICS code is 238210 Electrical Contractors and Other Wiring Installation Contractors, Size Standard is $14,000,000.00 ***Amendment #1: This amendment includes an updated scope of work for the Berlin Armory (addendum 1), updated Enclosure 1 to the scope of work to Berlin Armory (addendum 1), and Questions/answers received via email and at site visit. The United States Property and Fiscal Office New Hampshire is seeking one vendor willing to enter into a Blanket Purchase Agreement for structured cabling and installation services at various National Guard locations throughout the State of New Hampshire. The BPA shall include a Base Year plus 4 Option Years. Individual calls placed against this BPA shall not be more than $25,000.00 and the total amount of BPA Calls shall not exceed the simplified acquisition threshold of $150,000.00. The vendor needs to be able to accommodate a range of requirements. See attached Performance Work Statement for a more detailed description. Also, see attached scope of work for the Berlin, NH Armory. Offerors will provide a proposal for this project in addition to the proposal for the BPA. The Government intends for the Berlin, NH Armory project to be the first BPA Call under the awarded BPA. When establishing a BPA, the Government will consider vendors whose technical capability, past performance, and pricing will be in the best interest of the Government. For evaluation purposes, provide three past performance references for projects with your proposal not older than 5 years old. The information provided in your proposal packets will be used to evaluate your technical capability required for the scope of work outlined in the performance work statement. Price evaluation will be determined based upon your proposal for the Berlin Armory Project. Davis Bacon Wage Rates are applicable to this project. Current prevailing wage determination(s) at time of issuance of solicitation are: GENERAL DECISION NUMBERS: NH130005 01/18/2013 NH5, NH130006 01/18/2013 NH6, NH130007 01/18/2013 NH7, NH130008 01/18/2013 NH8, NH130009 01/18/2013 NH9, NH130010 01/18/2013 NH10, NH130011 01/18/2013 NH11, NH130012 01/18/2013 NH12, NH130013 01/04/2013 NH13, NH130014 01/18/2013 NH14. Site visit is scheduled for February 5, 2013 at 11:00 AM. Please send list of attendees to include name, business name, and contact info to david.d.devoy.mil@mail.mil Location: 2169 Riverside Drive Berlin, New Hampshire 03570 Requests for Information (RFI): RFI's will be submitted to david.d.devoy.mil@mail.mil no later than February 13, 2013 and answers will be posted to Fedbizopps. The following provisions and clauses apply to this acquisition: FAR 52.212-2 Evaluation- The Government will award a BPA resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Past Performance, and Technical Capability. Technical and past performance when combined, are significantly equal to cost or price. FAR 52.204-7 Central Contractor Registration, FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR52.212-3 ALT I Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Representation, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts, FAR 52.223-5 Pollution Prevention and Right to Know Information, FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFAR 252.201-7000 Contracting Officer's Representative, DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFAR 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFAR 252.204-7004 Alternate A, DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, DFAR 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, DFAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate, DFAR 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFAR 252.232-7010 Levies on Contract Payments, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, DFAR 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate, DFAR 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.222-35 Equal Opportunity for Veterans, FAR 52.222-37 Employment Reports on Veterans, FAR 52.222-6 Davis-Bacon Act, FAR 52.222-7 Withholding Funds, FAR 52.222-8 Payrolls and basic Records, FAR 52.222-9 Compliance with Copeland Act Requirements, FAR 52.222-11 Subcontracts (Labor Standards), FAR 52.222-12 Contract Termination Debarment, FAR 52.222-13 Compliance with Davis-Bacon and Related Act Regulations, FAR 52.222-14 Disputes Concerning Labor Standards, FAR 52.222-15 Certification of Eligibility, FAR Davis Bacon Act - Price Adjustment (Actual), FAR 52.222-5 Davis Bacon Act - Secondary Site of Work All firms must be registered in System for Award Management database at www.sam.gov. All proposals must be sent to david.d.devoy.mil@mail.mil and must be received no later than 8:00 AM EST Thursday, February 19, 2013. The point of contact for this combined synopsis/solicitation is David D. DeVoy III at david.d.devoy.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27/W912TF-13-T-0001/listing.html)
 
Place of Performance
Address: USPFO for New Hampshire 1 Minutemen Way, Concord NH
Zip Code: 03301-5652
 
Record
SN02987368-W 20130215/130213234901-4d2ede6df3c3e49fbfe8846ce66bba47 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.