SOLICITATION NOTICE
R -- Antenna Removal Project for Laytonsville, MD - Package #1 - Package #2
- Notice Date
- 6/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
- ZIP Code
- 20135
- Solicitation Number
- W518595YA
- Archive Date
- 7/23/2014
- Point of Contact
- Daniel J. Carroll, Phone: (540) 542-2304, Sandra K. Bucher, Phone: (540) 542-2303
- E-Mail Address
-
daniel.carroll@fema.dhs.gov, sandra.bucher@fema.dhs.gov
(daniel.carroll@fema.dhs.gov, sandra.bucher@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- RFQ Document Statement of Work for W518595YA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) No. 518595YA (which is attached), is for the removal of 10 antenna at the FEMA Federal Support Center in Laytonsville, MD 20882, as identified in the attached Statement of Work (SOW). The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-74, dated 05/30/2014. This procurement is being solicited on an unrestricted basis. The NAICS and small business size standard for this project are: 541990/$14.0M. Only one award will result from this solicitation, via the issuance of firm-fixed-price simplified acquisition order. Place of performance address is identified in the attached SOW, which is also the place of inspection & acceptance. Period of performance is 30 calendar days from the commencement of work date. SPECIFIC TASKS: Successful contractor shall provide the services identified in the attached SOW. BASIS FOR AWARD: The Gov't will make award to the responsible/responsive offeror whose offer will be most advantageous to the Gov't based on factors identified in the attached RFQ No. W518595YA. Offerors shall provide a price quote as a part of their response, as specified in the attached RFQ. Responses to this RFQ must also include a proposed Plan of Action for the work to be performed (reference attached RFQ). In order for an offeror to be considered technically acceptable, the following mandatory requirements must be met: (a) Offeror must provide the requested Plan of Action, and (b) Offeror must be registered in the Central Contractor Registration (CCR) database as well as having completed the electronic annual representations and certifications (both via the System for Award Management (SAM) website at https://www.sam.gov. The provision at FAR 52.212-1 'Instructions to Offerors--Commercial' applies to this acquisition. The following FAR clauses also apply: 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,' with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.204-10 'Reporting Executive Compensation and First-Tier Subcontract Awards,' 52.209-10 'Prohibition on Contracting with Inverted Domestic Corporations,' 52.219-8 'Utilization of Small Business Concerns,' 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,' 52.223-18 'Encouraging Contractor Policies to Ban Text Messaging While Driving,' 52.225-1 'Buy American Act--Supplies,' 52.225-13 'Restrictions on Certain Foreign Purchases,' and 52.232-33 'Payment by Electronic Funds Transfer--Central Contractor Registration.' The aforementioned provision and clauses can be accessed electronically at http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database and who has completed the online annual representations and certifications (ORCA) as identified above. A site visit is scheduled for 06/24/2014 at 10:00 AM/EDT/Virginia; see attached RFQ for further instructions regarding the site visit. Due date for receipt of responses to this RFQ will be 3:00 PM/EDT/Virginia, 07/08/2014 to Mr. Dan Carroll at email address: Daniel.carroll@fema.dhs.gov. Mr. Carroll's telephone number is: (540)542-2304. Electronic responses are preferred and strongly encouraged. Questions concerning this RFQ will NOT be entertained after 1:00 PM/EDT/Virginia on 06/30/2014 and must be emailed to Mr. Carroll at the email address provided above and 'cc'd' to Ms. Sandra Bucher at Sandra.bucher@fema.dhs.gov. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/W518595YA/listing.html)
- Place of Performance
- Address: FEMA Federal Support Center, Laytonsville, Maryland, 20882, United States
- Zip Code: 20882
- Zip Code: 20882
- Record
- SN03397902-W 20140619/140617235741-e0a30254c428a2f317f5b16da985732f (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 |