MODIFICATION
59 -- SA-11a Electrical Upgrade and 16 Computer Room Circuits added - Q&A II
- Notice Date
- 4/9/2012
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
- ZIP Code
- 22219
- Solicitation Number
- saqmma12r0210
- Archive Date
- 5/5/2012
- Point of Contact
- William E Todd, Phone: 7038754681, Vincent J Sanchez, Phone: 703-875-6629
- E-Mail Address
-
toddwe2@state.gov, SanchezVJ@state.gov
(toddwe2@state.gov, SanchezVJ@state.gov)
- Small Business Set-Aside
- Economically Disadvantaged Woman Owned Small Business
- Description
- Davis Bacon Act Wage Determination Questions and Answers Part II This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. Please download the attached documents and incorporated provisions and clauses which are those in effect through Federal Acquisition Circular FAC 2005-56. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210 with a small business size standard of $4,000,000. This requirement is a Economically Disadvantaged Women-Owned Small Business (EDWOSB) set-aside and only qualified offerors may submit offers. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the government to respond. Questions must be submitted in writing by the closing date.*** ***all offerors must be licensed electricians in the Commonwealth of Virginia and must be able to pass a brief DS background check to be able to enter the building (per scope of work)*** Failure to comply with the attached terms and conditions may result in offer being determined as non-responsive. The Department of State requires registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All quotes must be valid for 30 days from the closing date for this solicitation. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. All offers must be received by the date and time indicated on this notice. All offers must be submit via email to the points of contact listed. Only electronic responses via email will be accepted. Please ensure your firm follows all guidance offered in FAR 52.212-1, your firm's response should address all the specifications in the attached documents in sufficient detail to allow our evaluators to determine that your firm understands exactly what is required. All interest firms that supply a response to this solicitation must provide one past performance reference that previously purchase similiar vehicles from your firm in a similiar dollar amount. Past performance references should include, name, title, agency, phone number and email address of reference. All questions must be submitted electronically. We look foward to receiving your firm's response! ***The purposed site visit date will be on WEDNESDAY, APRIL 4th, and THURSDAY, APRIL 5th, at 10:00AM EST. you may choose to do a site visit on either of those days.*** ***PROPOSALS WILL BE DUE BY FRIDAY, APRIL 20th, at 12:00PM EST*** ***INCLUDED IN THIS MODIFICATION IS Q&A ii, AS WELL AS THE DAVIS BACON ACT WAGE DETERMINATION*** ***FLOOR PLANS FOR THE COMPUTER ROOM AND THE ELECTRICAL ROOMS WILL BE ADDED IN THE NEAR FUTURE***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/saqmma12r0210/listing.html)
- Place of Performance
- Address: SA-11A, 2222 Gallows Road, Dunn Loring, Virginia, 22022, United States
- Zip Code: 22022
- Zip Code: 22022
- Record
- SN02717096-W 20120411/120409234820-bbd609a27b5f44fcd8694fe2ce8ab210 (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 |