Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
SOLICITATION NOTICE

Z -- Repairs to Front Gate Norfolk District VA - Front Gate Repairs Norfolk VA

Notice Date
7/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W9123618Q0022
 
Archive Date
8/11/2018
 
Point of Contact
Garland D Cooper, Phone: 7572017748, Danita Young, Phone: 7572017748
 
E-Mail Address
garland.d.cooper@usace.army.mil, danita.a.young@usace.army.mil
(garland.d.cooper@usace.army.mil, danita.a.young@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule/SOW Solicitation: W9123618Q0022 Agency/Office: U.S. Army Corps of Engineers Location: USACE District, Norfolk Title: Repairs to Front Gate Waterfield Building Norfolk, VA Description(s): The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision and any licensing necessary to install an eight feet tall by 16 feet wide/long Single Swing Gate to comply with ASTM F567, Standard Practice for Installation of Chain-Link Fence and manufacturer's written instructions. This is a combined synopsis/solicitation for commercial services, reference solicitation number W91236-18-Q-0022, solicited in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items in conjunction with Simplified Acquisition Procedures as authorized by FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The successful offeror shall accept the binding order by written acceptance of the SF1449 to be issued at award, prior to undertaking performance. This RFQ is issued as a 100% set-aside for small business concerns. The NAICS code is 238990, and the size standard is $11 million dollars. The below Wage Determination is applicable to this solicitation: Norfolk: Wage Determination No.: 2015-4341 Rev 8 Date of Rev 1/10/2018 Place of Performance: Norfolk - 803 Front Street Norfolk VA 23510 See the attached Bid Schedule for additional information regarding performance locations. Interested Offerors will have an opportunity to visit the place of performance in order to assist in bid preparation. All questions shall be submitted to Garland Cooper, Contract Specialist via email: garland.d.cooper@usace.army.mil on or before Wednesday, 25 Jul 2018, 2:00pm EST. The Government may not respond to questions submitted after the date and time questions are due. Unless otherwise specified in the proposed contract resulting from this solicitation, the Government is responsible for the performance of all inspection requirements and quality control. Inspection and Acceptance shall be at destination by the Government. Offerors shall contact the Government point of contact, Mike Sigler at 757 201-7314 before Thursday, 19 Jul 2018, 2:00pm EST to schedule a site visit. The Government may not honor site visit requests after Thursday, 19 Jul 2018, 2:00pm EST. The site visit is limited to two persons per company. Offerors will be required to present a valid photo identification. Quote Submission Requirements: When submitting pricing for consideration, please provide a price in sufficient detail for the Government to determine your proposed pricing fair and reasonable for the total amount. Failure to address any of these areas of this RFQ may result in the quote being determined a nonresponsive and disqualified for award. Proposals submitted will be evaluated by the total price for the basic requirement. The Government may determine that an offer is unacceptable if the total price is significantly unbalanced. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation offers the lowest price. Offerors shall provide the following company information: Company Name Address City State CAGE Code DUNS TIN Website Point of Contact Name Phone Email Clauses incorporated by Reference The following FAR provisions and clauses are applicable to this procurement: CLAUSES INCORPORATED BY REFERENCE 52.204-7, System for Award Management 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 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 52.203-6, Restrictions on Subcontractor Sales to the Government 52.208-9, Contractor Use of Mandatory Sources of Supply or Services 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 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 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-1, Payments 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.233-3, Protest After Award 52.243-Alt 1, Changes--Fixed Price 52.217-8, Option To Extend Services 52.217-9, Option To Extend The Term Of The Contract 52.252-2, Clauses Incorporated By Reference 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests for Equitable Adjustment The above provisions and clauses can be found at http://farsite.hill.af.mil. All firms must be registered in the System for Award Management to be eligible for award. https://www.sam.gov/portal/public/SAM/. Registration is free and can be completed online. This acquisition is set-aside for the exclusive participation of small business concerns, provided that a minimum of two quotes, in accordance with this combined synopsis/solicitation, are received from responsible small business concerns whose quotes meet the solicitation requirements. If the Government receives only one such responsive quote from a small business concern, the Government reserves the right to make award to this source's quote or to withdraw the small business set-aside and award on the basis of full and open competition to any responsible offeror (including large business concerns). This announcement will close and quotes are due by 1:00 PM (EST) 27 Jul 2018. Late quotes will be handled in accordance with 52.212-1(f). Signed and dated offers, to include a complete listing of all items, must be submitted to US Army Corps of Engineers, Norfolk District Contracting Office, Attn: Garland Cooper, Phone (757) 201-7748, E-mail garland.d.cooper@usace.army.mil. Responsible sources may submit a quote which shall be considered. Offers shall be submitted electronically via e-mail only. Attachments: 1. Performance Work Statement (PWS) 2.Quote Schedule 3.Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W9123618Q0022/listing.html)
 
Place of Performance
Address: 803 Front Street, Norfolk, Virginia, 23510, United States
Zip Code: 23510
 
Record
SN04995289-W 20180719/180717231154-db16024fc30ba748b9508832a136e20b (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.