SOLICITATION NOTICE
54 -- Movable Shelving System and Caging Partition
- Notice Date
- 2/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423440
— Other Commercial Equipment Merchant Wholesalers
- Contracting Office
- USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
- ZIP Code
- 21078-4094
- Solicitation Number
- W912K6-14-Q-1011
- Response Due
- 3/6/2014
- Archive Date
- 4/20/2014
- Point of Contact
- Ronald, 410-942-8424
- E-Mail Address
-
USPFO for Maryland
(ronald.d.govans2.mil@mail.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned 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. Solicitation W912K6-14-Q-1011 is issued as a Request for Quote (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-72 and Defense Acquisition Circular 91-13. This RFQ is set aside for Service-Disabled Veteran-Owned Small business concerns in accordance with FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. The Government intends to award a Firm Fixed Price contract purchase order. The North America Industry Classification System (NAICS) code applicable to this procurement is 423440, Other Commercial equipment Merchant Wholesalers, with a Service-disabled Veteran-Owned small business size standard of 100 employees. The Offeror will provide the following supplies: CLIN 0001 Movable Shelving System 1 LS (Lump Sum) $_____________ CLIN 0002 Caging 1 LS (Lump Sum) $_____________ DELIVERY AND INSTALLATION: Maryland Army National Guard Edgewood Area BLDG E-4221, Beal Road (First Floor) Aberdeen Proving Ground-Edgewood Area, Maryland 21010 SITE VISIT (MANDATORY): A site visit is scheduled for Wednesday, February 26, 2014 at 10:30 AM. Interested parties will meet Julie Hitch and Ronald Govans in the front of the building of E-4221. We will have a quick solicitation preview before proceeding to Supply Room Area. Notify Julie Hitch by email julianne.s.hitch.civ@mail.mil or Ronald Govans at ronald.d.govans2.mil@mail.mil if you plan to attend the site visit; limit your group to two (2) attendees. REQUIREMENTS: Quotes are due by 2:00 PM, March 06, 2014 Eastern Time. Quotes shall be mailed, delivered or emailed (preferred method) to Ronald Govans or Julie Hitch, Contract Specialist's, at the following address: USPFO for Maryland ATTN: Ronald Govans or Julie Hitch MD-PFO-PC 301 Old Bay Lane Havre de Grace, MD 21078-40003 Questions regarding this solicitation shall be submitted via email to the Contract Specialist at ronald.d.govans2.mil@mail.mil or Julie Hitch julianne.s.hitch.civ@mail.mil shall include the solicitation number in the subject line. The Government will answer all questions provided those questions are received by 2:00PM ET, Friday, February 28, 2014. Questions received after the above referenced deadline may not be answered prior to quotation submission. The Government does not anticipate that the closing date for receipt of offers will be extended. The Offeror shall submit a quote package to include the following: General Information: Title of Quotation, RFQ Number, Offerors Name, Tax Identification Number (TIN), Dun & Bradstreet Number (DUNS), CAGE Number, Point of Contact Information Evaluation will be based on the offeror's ability to meet requirements of the solicitation in accordance with Far 13.1. Consideration will be given to offeror that has submitted a quotation that is determined to provide best value to the government. Include a proposed plan of the approach, work schedule and delivery schedule. Any innovated concepts will be considered. Price and other factors for evaluation include technical, past performance and delivery schedule. Technical: Proposed layout and configuration of the movable shelving and caging will be evaluated to ensure the type of shelving and caging proposed fits the Scope of Work. Technical Drawings/solution should be furnished for the supply area showing movable shelving and caging configuration layout. See attached document for SOW. Past Performance: Offerors will be evaluated and determined to be acceptable when an overall satisfactory performance on similar completed contracts/projects has been demonstrated. The Offeror shall submit three references for similar work previously completed to include point of contact, telephone number, contract number, dollar amount and location/delivery of work. (Work performed in the last three years.) Price: Offerors shall provide completed pricing for CLIN 0001 and CLIN 0002 with cost breakdowns. The price proposed shall include all costs, delivery and installation to meet all of the requirements of this solicitation Delivery Schedule: Number of calendar days from the receipt of award to completed installation. The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars The clauses are to remain in full force in any resultant contract: FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.20410, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212 1, Proposal Preparation Instructions BASIS FOR AWARD: The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications- Commercial Items. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 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; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Actions for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law or Breach of Contract Claim; FAR 52.237-1, Site Visit; Far 52.237-2, Protection of government buildings, equipment, and Vegetation; FAR 52.245-1, Government Property; FAR 52.245-9, Use and Charges; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252-203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.204-7008, Export-Controlled Items; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7010, Levies on Contract Payments; and DFARS 252.247- 7023, Transportation of Supplies by Sea -Alternate Ill.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-14-Q-1011/listing.html)
- Place of Performance
- Address: USPFO for Maryland State Military Reservation, 301 Old Bay Lane Havre de Grace MD
- Zip Code: 21078-4094
- Zip Code: 21078-4094
- Record
- SN03290839-W 20140221/140219234207-0ca14ec8ee4144b4cbb275d7ffb42eb2 (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 |