Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2014 FBO #4610
SOLICITATION NOTICE

H -- Ski Lift Inspection/Certifications.

Notice Date
7/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
RCO Wainwright (PARC Pacific, 413th CSB), PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
 
ZIP Code
99703-0510
 
Solicitation Number
W912D0-14-T-0707
 
Response Due
7/23/2014
 
Archive Date
9/5/2014
 
Point of Contact
Mark A. Puhak, (907) 353-2463
 
E-Mail Address
RCO Wainwright (PARC Pacific, 413th CSB)
(mark.puhak@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), solicitation number W912D0-14-T-0707 in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. If there are areas where FAR Parts 12 and 13 conflict, FAR Part 12 will take precedence. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74 dated 1 Jul 14. This requirement is set aside 100 percent for Small Business. The North American Industry Classification System code is 541330, Engineering Services, with a business size standard of $14M. The 413th Contracting Support Brigade, Regional Contracting Office Fort Wainwright Alaska, is seeking a source to provide all labor, supervision, management, transportation, equipment, supplies, and communication to inspect and certify the ski lifts on Fort Wainwright Alaska and Black Rapids Training Area Alaska in accordance with the Performance Work Statement (Attachment 1). The term of this contract will include a base year with four potential Option Years. This will be a Firm Fixed Price contract with an anticipated start date for the base year of 1 Aug 14. There are three (3) ski lifts located on Fort Wainwright and one (1) ski lift located in the Black Rapids Training Area (Approximately 260 miles round trip from Fort Wainwright). The current wage determination applicable to this procurement is WD 05-2018 (Rev.-18), first posted on www.wdol.gov on 06/25/2013 Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote using the attached pricing schedule (Attachment 2). Attachment 2 must be fully completed to include the base and all option years. In addition DFAR 252.7993 (Attachment 3) must be completed and submitted with the quote. Contractors must also submit on company letterhead, a list of recent jobs completed by the company that shows competency in completing the work as indicated in this combined synopsis and PWS, any discount terms, cage code, DUNS number, size of business, and Tax ID number. EVALUATION PROCEDURES: The Government intends to make a single award to the responsible contractor who has the best value Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Past performance will be reviewed IAW FAR 9.105-2 (a) (1). The quote must be in full compliance to all other requirements set forth in the solicitation and PWS. As part of the price evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217-8 by adding one-half of the offeror's total final option period price to the offeror's total price. Thus the offeror's total price for the purpose of evaluation will include the base period, first option, second option, third option, fourth option, and one-half of the fourth option. Offerors are required only to price the base and the four options. Offerors SHALL NOT submit a price for the potential six month extension of services. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. PROVISIONS: The provisions at 52.212-1, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition and offeror(s) must include a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at the System for Award Management (SAM) site. If an offeror has not completed the annual representations and certifications at the SAM website, the offeror shall complete paragraphs (c) through (o) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or executive Orders-Commercial Items is applicable as are the following clauses within 52.212-5; 52.222-50, 52.233-3, 52.233-6, 52.204-7, 52.204-10, 52.209-6, 52.219-8, 52.219-13, 52.219-14, 52.219-28, 52.222-3, 52.222-17, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-43, 52.222-54, 52.223-18. In addition the following FAR clauses are applicable: 52.203-3, 52.216-18, 52.216-21, 52.217-5, 52.217-8, and 52.217-9. DFAR CLAUSES: The following DFAR clauses are applicable: 252.203-7003, 252.232-7003, and 252.246-7002. FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the contract expiration date. FAR 52.217-9, Option to Extend the Term of the Contract, applies to this acquisition. a) The Government may extend the term of this contract by written notice to the Contractor within 10 days of the start of the next option period provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide additional information as needed. The government reserves the right to use price realism analysis in the quote review process to determine if any pricing is unrealistically low and reflects a lack of understanding of the technical requirements or indicates a high risk of failure. No partial quotes or quotes without specifications will be accepted. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. To be eligible for an award, contractor must be registered in the System for Award Management (SAM) database. NO EXCEPTIONS. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.fsd.gov. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. Quotes and other deliverables can be e-mailed to mark.a.puhak.civ@mail.mil or sent via mail to Mark A. Puhak, 1064 Apple Street, PO Box 35510, Fort Wainwright Alaska, 99703. All information must be received by this office prior to the quote due date and time. Questions concerning this solicitation should be addressed in writing to Mark Puhak at the email above and must be received no later than 4:00 p.m. EST, 11 July 2014. All quotes must be received by 4:00 P.M. Eastern Standard Time (EST) on 23 July 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c0098626e3c811baa01b63ad5f5a5212)
 
Place of Performance
Address: RCO Wainwright (PARC Pacific, 413th CSB) PO Box 35510, 1064 Apple Street Fort Wainwright AK
Zip Code: 99703-0510
 
Record
SN03415913-W 20140709/140708021336-c0098626e3c811baa01b63ad5f5a5212 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.