Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2017 FBO #5634
SOLICITATION NOTICE

70 -- SOLE SOURCE - Pumping water from Manholes in support of effort under purchase order W911QX-16-P-0291 - Provisions and Clauses

Notice Date
4/25/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-17-T-0143
 
Archive Date
5/17/2017
 
Point of Contact
Nicole G. Hernandez, Phone: 5756784979
 
E-Mail Address
nicole.g.hernandez2.civ@mail.mil
(nicole.g.hernandez2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses (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 being requested and a written solicitation will not be issued. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The name of the company the Government intends to award a contract to SMARTnet, located at 211 Edwards Ferry Road, Leesburg, VA 20176. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (End of clause) (ii) The solicitation number is W911QX-17-T-0143. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 January 2017. (iv) This acquisition is set-aside for N/A. The small business size standard is N/A. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): N/A (vi) Description of requirements: The contractor shall provide all labor and equipment necessary to pump water from all manholes in order to complete the effort under purchase order W911QX-16-P-0291. In addition, contractor shall complete verification of the OSP pathway between Buildings 204 and 207. (1) The contractor shall provide and install one 4"HDPE conduit via directional bore under driveway and then excavate conduit to tie into the existing manhole, excavate and install 4" conduit per the pathway provided up to the building (2) The contractor shall provide and install three new 2'x3'x3' handholes HH001 and HH002 located on either side of the driveway and HH003 located next to building 204 entry point (3) The contractor shall provide labor to core building subsurface and use GPR before coring wall. Core not to exceed 5ft in depth. Conduit will be sealed with industry standard linkseal. (4) The contractor shall provide labor to Core Manhole and install conduit into wall and then seal penetration. Proper manhole entry safety will be in place before entry into manhole gas detectors, ventilation, retrieval equipment and PPE. (5) The contractor shall proof the conduit with a mandrel and pull line installed after installation is completed. (6) The contractor shall restore the area to the original condition. (7) The contractor shall will have all the utilities test pitted and exposed and depths confirmed before crossing (8) The contractor shall provide Redline drawings upon completion of project Addition of an additional Conduit - After the installation of the first 4" conduit from above, it shall be completely populated with the requirements of the contract. The contractor shall install an additional 4" conduit to facilitate future requirements at the site. Installation of sleeves and ladder rack (1) The contractor shall penetrate walls in cable pathway at eight locations discovered during pathway verifications. The contractor shall furnish and install 4" sleeves at these locations. The contractor shall furnish and install a 10" section of ladder tray in Building 207/Z4C22 to accommodate new cable additions in the room (vii) Period of performance: Four (4) months from issuance date of modification under purchase order W911QX-16-P-0291 (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: Not Applicable (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Not Applicable (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013);52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015); 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015); 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013); 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (OCT 2015); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2015), 52.212-3 ALT I OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2015) ALT I (OCT 2014); 52-212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015); 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013); 52.222-3 CONVICT LABOR (JUN 2003); 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); 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014); 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS; 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015); 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011); 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008); 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (OCT 2015), 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011); 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011); 252.204-7000 DISCLOSURE OF INFORMATION; 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015); 252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION; 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011); 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015);252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014); 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011); 252.225-7048 EXPORT-CONTROLLED ITEMS (JUNE 2013); 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012); 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006); 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010); 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013); 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017, 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017), 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998),252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011), 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013); ACC - APG POINT OF CONTACT; TECHNICAL POINT OF CONTACT; TYPE OF CONTRACT (Reference: 52.216-1); ARL/ALC/GARRISON NON-PERSONAL SERVICES (JUL 2012); GOVERNMENT INSPECTION AND ACCEPTANCE; RECEIVING ROOM REQUIREMENTS - ALTERNATE I (APG); WORK HOURS; TAX EXEMPTION CERTIFICATE (SEP 1999); ADELPHI CONTRACTING DIVISION WEBSITE; AMC-LEVEL PROTEST PROGRAM (OCT 2016); ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT - ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 02 May 2017, by 12:00 pm Mountain Standard Time (MST) via email to nicole.g.hernandez2.civ@mail.mil (xvii) For information regarding this solicitation, please contact Nicole Hernandez, (575) 678-4979, nicole.g.hernandez2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b192178e660c0de9a5055f58d7cbe60)
 
Place of Performance
Address: U.S. Army Research Laboratory, Adelphi, Maryland, 20783, United States
Zip Code: 20783
 
Record
SN04483899-W 20170427/170425234115-8b192178e660c0de9a5055f58d7cbe60 (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.