Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2016 FBO #5168
SOLICITATION NOTICE

R -- GATE ATTENDANTS SERVICES - Package #1

Notice Date
1/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721211 — RV (Recreational Vehicle) Parks and Campgrounds
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-16-T-0009
 
Archive Date
2/20/2016
 
Point of Contact
Luis A. Salas, Phone: 9102514700, Karri Mares, Phone: 910-251-4863
 
E-Mail Address
luis.a.salas@usace.army.mil, Karri.L.Mares@usace.army.mil
(luis.a.salas@usace.army.mil, Karri.L.Mares@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
QA INDICATORS BOND INFORMATION FAR 52.212-3 LETTER OF CREDIT PHILPOTT LAKE WORK STATEMENT JH KERR LAKE WORK STATEMENT GENERAL SPECS QUOTE SHEET CONTRACTOR INFORMATION INSTRUCTIONS This notice is being posted as an opportunity for Request for Quotes, W912PM-16-T-0009. In accordance with Federal Acquisition Regulation (FAR) 5.202(a) (13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this action. This solicitation is reserved exclusively for small business concerns. Solicitation number W912PM-16-T-0009 is being issued as a Request for Quote (RFQ). The Government contemplates award of Firm-Fixed Price contracts. This procurement is being competed as a 100% Small Business set aside. The North Atlantic Industry Classification System (NAICS) code is 721211 with a small business size standard of $7,500,000.00. This solicitation document incorporates provisions in effect through Federal Acquisition Circular 2005-84. Description of Requirement: The U.S. Army Corps of Engineers, Wilmington District requests quotes for Gate Attendant Services, for the 2016-2017 Park Season at John H. Kerr Dam and Reservoir in Boydton, VA, and Philpott Lake in Bassett, VA. Multiple awards will be made from this solicitation. The resulting purchase orders issued from this request will be for one base year and 1 - one year option to extend (2-years total). To view the specifications, please click on the attachments below. The following documents have been provided: A.) Instructions for Offerors B.) Contractor Information Sheet C.) Contractor Quote Sheet D.) General Specifications for 2016 Park Attendants E.) SPWS- JH Kerr Lake- North Bend 6 F.) SPWS- Philpott Lake- 3 Locations G.) Explanation of Irrevocable Letter of Credit H.) FAR 52.212-3 I.) Bond Information J.) QA Indicators for Evaluation This Request for Quote incorporates the following provisions: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.203-1, Gratuities 52.204-7, System for Award Management 52.204-8, Annual Representations and Certifications 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.212-1, Instructions to Offerors--Commercial Items 52.212-3, Offeror Representations and Certifications--Commercial Items (complete and return with quote unless already completed at www.sam.gov) 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 52.219-1, Small Business Program Representations 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services - Requirements (Feb 2009) 52.223-6, Drug-Free Workplace 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.228-14, Irrevocable Letter of Credit 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alt A, System for Award Management Alternate A 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.246-7003, Notification of Potential Safety Issues Evaluation Factors: Awards will be made to the lowest priced, responsible, responsive bidder, with a responsibility determination made in accordance with Federal Acquisition Regulations (FAR) 9.1, specifically 9.104-3(b),Satisfactory Performance Record. Issuance of purchase orders will be made in the order which is most advantageous to the Government. Only one offer will be made by the Government for each park location. If a vendor declines to accept a purchase order for a park, the vendor will not be considered for any other awards offered in the solicitation. In accordance with FAR 52.212-1(k), each prospective awardee shall be registered and be active in the SAM database prior to award. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/sam/ or by calling 866-606-8220. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING COMPLETED DOCUMENTS: Contractor Information Sheet, Contractor Quote Sheet (with daily prices), Resumes, Past Performance Information, Completed copy of FAR Clause 52.212-3, and Statement that Contractor is Registered with SAM Any questions regarding this solicitation MUST be submitted in writing (email) to the point of contact below. QUOTES ARE DUE NOT LATER THAN 10:00AM, EASTERN STANDARD TIME, 05 February 2016. Late Offers will not be accepted. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY to Luis.A.Salas@usace.army.mil or Karri.L.Mares@usace.army.mil The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bc299289e70dfd8ffcb9540ba6147b53)
 
Place of Performance
Address: Virginia, United States
 
Record
SN03993413-W 20160117/160115233755-bc299289e70dfd8ffcb9540ba6147b53 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.