SOLICITATION NOTICE
R -- Design Const Program Support Services - PWS
- Notice Date
- 3/31/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Department of the Army, National Guard Bureau, 173 FW/LGC, KINGSLEY FIELD, 223 ARNOLD ST., SUITE 35, KLAMATH FALLS, Oregon, 97603-1937
- ZIP Code
- 97603-1937
- Solicitation Number
- W912JV-16-T-7005
- Archive Date
- 5/18/2016
- Point of Contact
- Jerry E. Fuls, Phone: 5418856495
- E-Mail Address
-
jerry.e.fuls.mil@mail.mil
(jerry.e.fuls.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Design and Construction Program Support Services 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. (1) CENTRAL CONTRACTOR REGISTRATION / WIDE AREA WORK FLOW: The Government requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register all firms must have a Dunn & Bradstreet number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505. Contractors should submit their Certification and Representations using the online Representations and Certifications (ORCA) at https://orca.bpn.gov/. The successful offeror shall be able to invoice electronically using the process available at Wide Area Workflow https://wawf.eb.mil/. Alternate payment methods are not authorized. (2) SET ASIDE: This solicitation is 100% set aside for small business; the associated NAICS code is 541618. The small business size standard is $150000 averaged over the last three years. Size standards will be verified prior to making award by the Contracting Officer. THIS PROJECT IS NOT INTENDED FOR MANAGEMENT FIRMS OR BROKERS. (3) SITE VISIT: No site visit (4) EVALUATION AND AWARD; Award will be made on the basis of the lowest priced quote meeting or exceeding the salient characteristics listed in this solicitation. The Government intends to award one Firm Fixed Priced contract as a result of this solicitation. Failure to comply with the solicitation terms and conditions may result in a proposal being deemed as non-responsive. Read the solicitation carefully. (5) REQUESTS FOR INFORMATION; Requests for information (RFI's) shall be e-mailed to the Contracting Officer (Jerry Fuls - jerry.we.fuls.mil@mail.mil) within 5 business days of the solicitation close date. (6) UTILITIES; N/A (7) STATEMENT OF WORK: Reference the attached statement of work entitled PWS Design Const Program Support Services (8) WAGE DETERMINATION: Service Contract Act wages apply to this acquisition. Wage Determination Number 2005-2439, Revision number 18 Date of revision 01/05/2016. (9) SCHEDULE: The contract performance period for these services shall not exceed 12 Months. (10) PRICE SCHEDULE: - See statement of work. (11) TO PROPOSE: Firms shall provide the following: A. Provide a Lump Sum price for CLIN 0001 and CLIN 0002. B. Copy of on-line representations and certifications. (12) PROPOSAL DUE DATE: Proposals shall be sent via e-mail to Jerry Fuls at jerry.we.fuls.mil@mail.mil OR faxed to 541-885-6600 and received no later than 2:00 PM Pacific Standard Time on 3 May 2016. Late proposals will not be accepted. Proposed pricing shall be valid for 30 calendar days. (13) PROVISIONS/CLAUSES: The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-48, effective 31 Jan 2011. Clauses may not be in sequential order. 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a complete copy of this provision with their proposal) 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; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-28 Post Award Small Business Program Representation; 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 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements 52.236-14 Availability and Use of Utility Services 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: 541-885-6600 52.232-18 Availability of Funds 252.201-7000 Contracting Officers Representative 252.204-7004 Required Central Contractor Registration. Alt A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7000 Buy American Act - Balance of Payments Program Certificate 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea Alt III 252.243-7002 Requests for Equitable Adjustment 52.252-2 Clauses Incorporated by Reference: This contract incorporates one or more Clauses bu reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far or http://farsite.hill.af.mil/ (14) POC: Point of Contact for this acquisition is Jerry Fuls, 173 rd Base Contracting Officer, Kingsley Field Air National Guard Base, Phone 541-885-6495, E-mail jerry.e.fuls.mil@mail.mil; Fax 541-885-6600.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-1/W912JV-16-T-7005/listing.html)
- Place of Performance
- Address: 211 Arnold Ave, Klamath Falls, Oregon, 97603, United States
- Zip Code: 97603
- Zip Code: 97603
- Record
- SN04068656-W 20160402/160331234833-2cfa63240048fbcf4dc28d5dbd7cf9dc (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 |