Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2014 FBO #4744
SOLICITATION NOTICE

P -- DEMOLITION OF WOODEN, MASONRY AND CONCRETE STRUCTURES

Notice Date
11/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W9124815T0003
 
Response Due
12/19/2014
 
Archive Date
1/18/2015
 
Point of Contact
SaLonda M. Ozier, 270-798-7825
 
E-Mail Address
MICC - Fort Campbell
(salonda.m.ozier.civ@mail.mil)
 
Small Business Set-Aside
HUBZone
 
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. The Government's intent is to make a single award to the responsive and responsible Lowest Price offeror. Quotes must be submitted for all line items as listed herein in order to be considered for award. Solicitation number W91248-15-T-0003 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 dated 1 Nov 2014. This is a 100% HUBZone small business set aside requirement. All responsible HUBZone Small Business Concerns may submit an offer that will be considered by this agency. The NAICS Code is and 238910, quote mark Site Preparation Contractors quote mark and the small business size standard is $15,000,000.00. The contractor is responsible for providing all labor, supplies, equipment, and supervision necessary to provide demolition of wooden, masonry and concrete structures as listed in the Performance Work Statement (PWS). It is contemplated that the Period of Performance will be one 12-Month Base Period and Four (4) 1- Year Option Periods. The complete Offer Schedule, PWS, Technical Exhibits, Wage Determination and associated documents can be downloaded at https://doc.campbell.army.mil under subject solicitation number or at the end of this FedBizOpps announcement under Additional Documentation. The provision at 52.212-1 Instructions to Offerors-Commercial Items is applicable and is tailored as follows: Paragraphs (d), (e), (h) and (i) are deleted. 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil). Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. The government may choose to exercise the Extension of Services at the end of any performance period (Base or option periods), utilizing the rates of that performance period. 52.252-1, Solicitation Provision Incorporated by Reference with fill-in information located at (http://farsite.hill.af.mil). The successful offeror must be registered on the System for Award Management (SAM). SAM may be accessed at https://www.sam.gov/portal/public/SAM/. Offerors are instructed to update their FAR provisions FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy at the time of submission of offers. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers; as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror. The following contract clauses are applicable to this solicitation 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.252-2 Clauses Incorporated by Reference with fill-in http://farsite.hill.af.mil). The following contract clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Contract Items (JAN 2013) is applicable to include the following applicable contract clauses: 52.203-6 with its Alternate I Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010); 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008); 52.204-7 System for Award Management; 52.204-09 Personal Identity Verification of Contractor Personnel (Jan 2011); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-14, Service Contract Reporting Requirements (JAN 2014); 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.216-1 (Type of Contract (April 1984)- with fill-in as: fixed price requirement; 52.216-9 Fixed Fee - Construction (Jun 2011) ; 52.216-18 (Ordering (Oct 1995) - with fill-in as: to be cited upon contract award; 52.216-19 - Order Limitations (Oct 1995) - with fill-in as: (a) N/A; (b) (1) - 540 each; (b)(2) - 540 each; (b)(3) 30 calendar days; (d) 15 days; 52.217-8 - Option to Extend Services (Nov 1999) - with fill-in as: 15 calendar days; 52.216-21-Requirements (OCT 1995) (Alt I) (Apr 1994); 52.217-9 Option to Extend the Term of the Contract (Mar 2000) - with fill-in as: (a) 60 calendar days; 15 calendar days; (c) 5years & 06 months; 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award; 52.219-8, Utilization of Small Business Concerns (MAY 2014); 52.219-14, Limitations on Subcontracting (NOV 2011); 52.219-28 Post-Award Small Business Representation; 52.222-3 Convict Labor; 52.222-17, Nondisplacement of Qualified Workers (MAY 2014); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) ; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.222-41 Service Contract Act; 52.222-42 Statement of equivalent Rates for Federal Hires (Fill-in information with 23470 - Laborer, $11.20; 31363 - Truckdriver, Heavy, $15.07; 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014); 52.222-54 Employment Eligibility Verification; 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; 52.232-36, Payment by Third Party (MAY 2014); 52.246-23 - Limitation of Liability (Feb 1997) (listed below); The following DFARS contract clauses are applicable: 252.201-7000 Contracting Officer's Representative; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; 252.204-7003 Control of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment. Additional provisions to this solicitation are on the following pages: Offers are due no later than 19 December 2014, 1000 CST. All responsible sources may submit an offer, which will be considered by the agency. In accordance with 52.212-1, Instructions to Offerors, paragraph (f), quotes received after the established closing date will be viewed as late, and therefore not considered. Offers may be submitted via email (preferred) to salonda.m.ozier.civ@mail.mil or via mail to 922nd CCBN MICC - Fort Campbell, ATTN: SaLonda M. Ozier, 6923 38th & Desert Storm, Fort Campbell, KY 42223-5355. Point of contact for this solicitation is SaLonda M. Ozier, 270.798.7825, salonda.m.ozier.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d367a8b4cc6b6fec04c1d01c103b8be)
 
Place of Performance
Address: 922nd CCBn MICC - Fort Campbell 6923 38th & Desert Storm Ave Fort Campbell KY
Zip Code: 42223-5705
 
Record
SN03575610-W 20141120/141118234414-9d367a8b4cc6b6fec04c1d01c103b8be (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.