SOLICITATION NOTICE
W -- Lease of Portable Office Space for Government Aviation Training Relocation (GATR), AAFB, Guam
- Notice Date
- 4/29/2016
- 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
- N4019216R7009
- Response Due
- 5/30/2016
- Archive Date
- 6/14/2016
- Point of Contact
- JoAnnelle Nededog-Flores 671-366-3686
- Small Business Set-Aside
- HUBZone
- Description
- NAVAL FACILITIES ENGINEERING COMMAND MARIANAS 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 Government Aviation Training Relocation (GATR), AAFB, Guam Solicitation Number: N40192-16-R-7009 Closing Response Date: 30 MAY 2016 @ 1600 (4pm) Guam Standard Time Point of Contact: JoAnnelle Nededog-Flores (671) 366-3686 joannelle.nededog-flores@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. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. II.Solicitation number N40192-16-R-7009 is issued as a Request for Proposal (RFP). III.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. IV.This solicitation is a total HUBZone set-aside under the 332311 North American Industry Classification System (NAICS) Code, with a size standard of 750 employees. V.The Government intends to award a Firm Fixed Price contract for the following described requirement, delivery terms, and contract line items (CLINs). Offerors shall propose on the following CLINs: CLIN 0001 Mobilization of all required personnel, labor, material, transportation and equipment to provide leased prefabricated Portable Office Spaces (POS). CLIN 0002 365 day lease of no more than ten (10) POS with a minimum total square footage of 7,200 Square Feet (SF) and associated equipment and in accordance with the Statement of Work (SOW) attached as Appendix 1. CLIN 0003 Demobilization of POS. VI. Description of Requirement: The contractor shall provide all personnel, labor, materials, transportation, and equipment to provide lease services for no more than ten (10) POS in a combined minimum amount of 7200 SF and all associated material and equipment as required by the SOW. Submitted proposals shall be priced so that the required CLINS include all costs for mobilization and demobilization of the POS satisfying the minimum SF required. The costs shall include, but not be limited to: (i) delivery, (ii) set-up, and (iii) removal (tear down) of the leased POS. VI. Delivery: All required items shall be delivered and ready for use no later than 10 days after contract award at Bldg. 2510, Anderson Air Force Base. 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 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: Technical acceptability is defined as meeting all of the requirements in the SOW. (2) Price a.Proposals will be listed in ascending order by price (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 priced offeror who is determined to be technically acceptable. b.If the lowest priced proposal is found technically acceptable, the award will be made without further consideration. If the lowest proposal is deemed technically unacceptable, the next lowest proposal will be evaluated for technical acceptability, and so on until an award can be made to the lowest priced technically acceptable offer. TECHNICAL CRITERIA RATINGS-RATING DEFINITION Acceptable: Proposal clearly meets the minimum requirements of the solicitation and SOW. Unacceptable: Proposal does not clearly meet the minimum requirements of the solicitation and SOW. 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. NOTICE CONCERNING TERRITORY OF GUAM TAXES, LICENSES, AND WITHHOLDINGS (NOTE: This clause summarizes certain requirements of Guam Territorial Law. Any questions concerning applicability or interpretation should be directed to Government of Guam, Department of Revenue and Taxation.) (a) All persons engaging in business in Guam must be licensed to do so by the Government of Guam prior to commencement of business in Guam. Engaging in business includes, but is not limited to, services provided by contractors. Applications for business licenses shall be made to the Department of Revenue and Taxation, License and Registration Branch. (b) All corporations, domestic (created under the laws of Guam) or foreign (not created under the laws of Guam) must register with the Department of Revenue and Taxation, License and Registration Branch. (c) Any person engaging in business on Guam must file monthly Business Privilege Tax returns with the Department of Revenue and Taxation. (d) All corporations with the Guam source of funds must file income tax returns to the Department of Revenue And Taxation on the prescribed forms. (e) All employers must deposit wage withholdings from their employees to the Treasurer of Guam. Guam Depository Receipts, as well as Quarterly Withholding Statements are required to be filed with the Department of Revenue and Taxation in the same manner as similar returns and statements required to be filed with the U.S. Internal Revenue Service. (f) Failure to comply with the above may result in criminal or civil penalties as provided by law. (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 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 52.219-3, Notice of HUBZone Set-Aside or Sole Source Award; 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 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels; Addenda to 52.212-5 FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-2, Prohibition on Contracting With Inverted Domestic Corporations--Representation (Nov 2015) FAR 52.209-7, Information Regarding Responsibility Matters; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-3, Notice of HUBZone Set-Aside or Sole Source Award; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Re-representation; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 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 proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposals submitted by another firm on behalf of a SAM registered company with the intention of being award care of will not be accepted. All proposals must include the Offerors registered DUNS, CAGE code, and Tax ID and small business status. Responses to this RFP must be received via e-mail to JoAnnelle Nededog-Flores at joannelle.nededog-flores@us.af.mil no later than 1600 hours (4pm) Guam Standard Time on Wednesday, 30 May 2016. Oral proposals will not be accepted. Emailed proposals must be received at the stated addressee email inbox on time and the addressee 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 proposals. It is the responsibility of the Offeror to request and receive confirmation of receipt of its proposal the Government. Please send any questions regarding this solicitation to the previous listed email using the attached Pre-Proposal Inquiry (PPI) form or call (671-366-3686) for information regarding this solicitation by 18 May 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019216R7009/listing.html)
- Place of Performance
- Address: ANDERSEN AFB, YIGO, GUAM
- Zip Code: 96921
- Zip Code: 96921
- Record
- SN04101258-W 20160501/160429234905-325097dd6da0ff6b1502333e6464396f (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 |