Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2018 FBO #6139
SOLICITATION NOTICE

V -- Rock-Barrier Moving - PWS and Maps

Notice Date
9/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 413th CSB (W912D0) RCO Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, Alaska, United States
 
ZIP Code
00000
 
Solicitation Number
W912D0-18-R-0918
 
Point of Contact
Rhonda M. Richardson, Phone: 9073537300, Mark A. Puhak, Phone: 9073532463
 
E-Mail Address
rhonda.m.richardson4.civ@mail.mil, mark.a.puhak.civ@mail.mil
(rhonda.m.richardson4.civ@mail.mil, mark.a.puhak.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Maps PWS This is a combined synopsis/solicitation for a commercial item prepared in accordance with 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. Solicitation number W912D0-18-R-0918 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-100, Effective 22 Aug 2018. This acquisition is set aside 100% for Small Business. The North American Industry Classification Standards (NAICS) code 484220 with a size standard of $27.5M. The contract line item is as follows: ITEM No Supplies/Service Quantity Unit Unit Price Amount 0001 Rock Barrier 1 Job 0002 Contractor Manpower Report 1 Job Description: See Performance Work Statement Attachment Evaluation Criteria: Award will be made to the lowest priced vendor meeting the specifications of the requirement. Offerors are required to upload provision FAR 52.212-3 Offeror Representations and Certifications Commercial Items into the System for Award Management (SAM), https://www.sam.gov, before quote is submitted. The Quote must include Solicitation Number, Business size, Cage Code, and address. Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS Clause 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Quote Information: Quote shall be structured to show an Item Number breakdown of the proposed requirement and should reflect a firm fixed-price to perform the services identified in the PWS. Quotes shall be submitted and received no later than 18 September 2018 at 1600 hours (4:00 P.M.) Alaska Standard Time. Quotes shall be emailed to the primary and alternate points of contact listed below. Contract Clauses and Provisions The following are contract clauses and provisions which are incorporated by reference. Full Text may be found at https://www.acquisition.gov/FAR. The following apply to this acquisition: 52.232-18, Availability of Funds 52.204-9, Personal Identity Verification of Contractor Personnel 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 52.212-1, Instructions to Offerors-Commercial Items and any addenda 52.212-2, Evaluation-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items and any addenda 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items; The following FAR clauses cited within are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-14, Service Contract Reporting Requirements 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set Aside, (Nov 2011) (15 U.S.C. 644) 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act-Price Adjustment (Multiple Year and Option) 52.222-55, Minimum Wages Under Executive Order 13658 Local Clause: CONTRACTOR MANPOWER REPORTING The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://www.ecmra.army.mil/login.aspx. The required information includes: (1) Contracting Office, Contracting Officers, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection costs; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform work (specified by zip code in the United States and nearest city, country, when in an overseas location, using the standardized nomenclature provided on the website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (per country. As part of this submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the filed on the website. The XML direct transfer is a format for transferring filed from a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. Note: Information from the secure website is considered to be proprietary in nature when the contract number and contractor identity are associated with direct labor hours and direct labor dollars. AT no time will any data be released to the public with the contractor name and contract number associated with the data. Contact Information: Rhonda M. Richardson, Contracting Specialist rhonda.m.richardson4.civ@mail.mil (907)353-7300 Mark Puhak, Contracting Officer Mark.a.puhak.civ@mail.mil (907) 353-2463
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ef854551951d850cb12382e15d1829ad)
 
Place of Performance
Address: Fort Wainwright, Alaska, 99703, United States
Zip Code: 99703
 
Record
SN05086225-W 20180914/180912231239-ef854551951d850cb12382e15d1829ad (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.