Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOLICITATION NOTICE

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

Notice Date
4/17/2025 10:54:24 AM
 
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
W912HQ25PULL
 
Response Due
5/2/2025 2:00:00 PM
 
Archive Date
05/17/2025
 
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
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR 12.603 � Streamlined Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The requirement is for a 100% Small Business set-aside under NAICS code 493110, General Warehouse and Storage. The size standard for this NAICS code is $34 million. Description: -Publication/Materials Pulling and Prepping for USACE Publication Department Contract Price; Submit a price for the entire project. Description: Publication/Materials Pulling and Prepping for USACE Publication Department Basis for award: The Government will award a contract resulting from this combined synopsis solicitation on the basis of the lowest evaluated price of responsible offers whose product/service meets the requirements as listed in the performance work statement -attached. Offerors must submit the following documents for this solicitation: 1. Offer with price for entire project. 2. At least two references for same or similar work, along with desc. 3. Description of key positions/personnel. Offerors are required to be actively registered with the System for Award Management (SAM) at www.sam.gov prior to award. Offerors are highly encouraged to download and review all attachments to this solicitation prior to submitting an offer. The Government intends to award a contract without discussions with respective offerors. Offerors shall submit sufficient information as described - project price, references, and key personnel. . Offerors may be asked to clarify certain aspects of their offer. Period and Place of Performance: 30 Days Performance or Delivery shall take place at: 2803 52nd Ave, Hyattsville, MD 20781 Date, Time, and Place Offers are Due: The closing date for the delivery of a response to this combined synopsis/solicitation is on or before 5:00 pm Eastern Daylight Time (EDT), on 2 MAY 2025. Offers should be e-mailed or mailed to the Point of Contact (POC) shown below by the closing date and time. If offers are mailed, an electronic version of the offer (i.e. CD,DVD, etc.) should accompany the paper copy. If an offer is e-mailed to the POC shown below, it is the offeror�s responsibility to ensure that the transmission is received by the Government prior to the closing date and time. Upon receipt of an electronic offer, the Government will acknowledge receipt of that offer via email to the offeror. SITE VISIT: Please contact the Contract Specialist if you need to request a site visit to see the building where work will occur. All documents should be emailed to - POC: Erroll T. Foster, Contract Specialist. The offer must be signed and dated by an authorized official of the company. Electronic submissions via e-mail are required. Address: 7701 Telegraph Road Alexandria VA Phone: 703-428-6902 Email: erroll.t.foster@usace.army.mil Offerors must submit the following documents for this solicitation: Offers should be e-mailed or mailed to the Point of Contact (POC) shown below by the closing date and time. If offers are mailed, an electronic version of the offer (i.e. CD,DVD, etc.) should accompany the paper copy. If an offer is e-mailed to the POC shown below, it is the offeror�s responsibility to ensure that the transmission is received by the Government prior to the closing date and time. Upon receipt of an electronic offer, the Government will acknowledge receipt of that offer via email to the offeror. POC: Erroll T. Foster, Contract Specialist Address: 7701 Telegraph Road Alexandria VA Phone: 703-428-6902 Email: erroll.t.foster@usace.army.mil 52.212-1 ADDENDUM - INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (Jan 2017) To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Offers must be complete, detailed and respond directly to the requirements of this solicitation. Interested parties capable of providing the requirement must submit a signed and dated offer on company letterhead with unit prices, extended prices, discount terms, tax identification number, CAGE code, and UIN in response to this solicitation. The offeror agrees to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The offer must be signed and dated by an authorized official of the company. Electronic submissions via e-mail are required. Offerors must provide pricing for the total price to complete the required services To be eligible to receive an award resulting from this RFQ, Contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov. Insurance: Insurance shall be required in accordance with FAR 52.228-5, Insurance-Work on a Government Installation. The amount of insurance required is described in FAR 28.307-2, Liability. Wage Determination: This project falls under the Service Contract Act. Workers must be paid in accordance with Wage Determination No.2015-4281, Rev No. 32, revised 12/23/2024 - attached. CONTRACT TERMS AND CONDITIONS: 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 The Following Provisions and Clauses Are Incorporated by Full Text: This is Low Price Technically Acceptable -LPTA - we will award to responsible/technically acceptable offeror with lowest price. 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 ? 52.222-36 Equal Opportunity for Veterans ? 52.222-36 Equal Opportunity for Workers with Disabilities ? 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/a798870a001d4ebb900d038749f84850/view)
 
Place of Performance
Address: Springfield, VA 22150, USA
Zip Code: 22150
Country: USA
 
Record
SN07412524-F 20250419/250417230044 (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.