SOLICITATION NOTICE
W -- LEASE OF PORTABLE OFFICE SPACE FOR EAMXS TSP, AAFB, GUAM
- Notice Date
- 1/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
- ZIP Code
- 00000
- Solicitation Number
- N4019216Q7004
- Response Due
- 2/4/2016
- Archive Date
- 2/19/2016
- Point of Contact
- ANGELA GM SANTOS 671-366-4945 angela.santos.3@us.af.mil
- E-Mail Address
-
Request for Information
(angela.santos.3@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 36th Contracting Squadron Andresen AFB, Guam Unit 14040 Building 22026 APO AP 96543-4040 NAICS Code: 332311 Prefabricated Metal Building and Component Manufacturing Product Service Code: W054 Lease or Rental of Prefabricated Structures and Scaffolding Subject: Lease of Portable Office Space for EAMXS TSP, AAFB, Guam Solicitation Number: N40192-16-Q-7004 Closing Response Date: 04 February 2016 @ 1600 (4pm) Guam Standard Time Points of Contact: Angela Santos (671) 366-2751 angela.santos.3@us.af.mil Ms. Olga Muna (671) 366-2912 olga.muna.3@us.af.mil I.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. The procedures of FAR 13.5 will be used in this particular acquisition. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. II.Solicitation number N40192-16-Q-7004 is issued as a request for quotation (RFQ). III.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. IV.This solicitation is a total small business set-aside under the 332311 NAICS Code, with a size standard of 500 employees. V.Potential offerors are to quote on the following line items: The Government intends to award a Firm Fixed Price contract for the following Contract Line item Description Quantity and Unit of Issue: CLIN 0001 Lease of five (5) prefabricated structures, Portable Office Spaces (POS) that are approximately 640 to720 Square Feet (SF) each and in accordance with the statement of work attached as Attachment 1. The contractor shall provide all personnel, labor, materials, transportation, and equipment to provide the five (5) POS of approximately 640 to 720 SF and all associated material and equipment. Submitted quotes shall be priced so that the items include all costs for mobilization and demobilization of the five (5) POS.including but not limited to, delivery, set-up, and removal (tear down) of the POS. VI. Delivery: All items shall be delivered and ready for use by 23 February 2016. The following clauses and provisions are applicable to this procurement: FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2015), applies to this acquisition. No addendum to this provision FAR 52.212-2, Evaluation--Commercial Items (OCT 2014), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government intends to award to one vendor on an all or none basis. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following factors shall be used to evaluate offers: (1) Technical acceptability of the items offered to meet the Government requirement: (2) Price The lowest priced quote will be evaluated for technical acceptability. If the lowest priced quote is found technically acceptable, the award will be made without further consideration. If the lowest quote is deemed technically unacceptable, the next lowest quote will be evaluated for technical acceptability, and so on until an award can be made to the lowest priced technically acceptable offer. (a) Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. (b) Price: Quotes will be listed in ascending order (low to high). The price evaluation will document the reasonableness and completeness of the total evaluated price. The award will be made to the lowest evaluated price whose offer is deem technically acceptable. TECHNICAL CRITERIA RATINGS-RATING DEFINITION Acceptable: Quote clearly meets the minimum requirements of the solicitation. Unacceptable: Quote does not clearly meet the minimum requirements of the solicitation. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (NOV 2015), with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015) applies to this acquisition. No addenda to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) (JUL 2014), applies to this acquisition. These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-14, Limitations on Subcontracting; 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 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-50, Combating Trafficking in Persons System for Award Management; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.233-3, Protest After Award; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels The following provisions and clauses also apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-0001 Line Item Specific: Single Funding DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7036 Buy American Act--North American Free Trade Agreements--Balance of Payments Program; DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Work Flow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award care of will not be accepted. All quotes must include registered DUNS, CAGE code, and Tax ID and small business status. Responses to this RFQ must be received via e-mail to Angela Santos at angela.santos.3@us.af.mil. no later than 1600 hours (4pm) Guam Standard Time on 04 February 2016. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the vendor s responsibility to request and receive confirmation of quote receipt. Please send any request for information to the previous listed email by 26 January 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019216Q7004/listing.html)
- Record
- SN03997095-W 20160123/160121234103-f4f7b17fedaa6ee71dc57ee1b482b88c (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 |