SOLICITATION NOTICE
N -- Room 590 Modernization
- Notice Date
- 2/11/2020 5:18:58 AM
- Notice Type
- Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
- ZIP Code
- 32207-8175
- Solicitation Number
- W912EP20T0002
- Response Due
- 2/20/2020 6:00:00 AM
- Archive Date
- 03/06/2020
- Point of Contact
- DeWayne A. Sparks, Phone: 9042321626, Gerald L. Garvey, Phone: 9042323055
- E-Mail Address
-
dewayne.a.sparks@usace.army.mil, Gerald.L.Garvey@usace.army.mil
(dewayne.a.sparks@usace.army.mil, Gerald.L.Garvey@usace.army.mil)
- Description
- DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION - W912EP20T0002 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions.� In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. This is a Request for Proposal (RFP) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-04 (15 Jan 2020). The U.S. Army Corps of Engineers (USACE), Jacksonville District has a requirement to provide hardware, data, and electrical installation services. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items to perform all services as defined in this Performance Work Statement except for those items specified as Government furnished. USACE Jacksonville District anticipates awarding one (1) non-personal services contract to perform the services listed above. This requirement is set aside as unrestricted. The associated NAICS code is: 238210 - Electrical Contractors and Other Wiring Installation Contractors Small business size standard is: $16.5 Million This requirement is for services to Install three (3) televisions and one (1) whiteboard in room 390 and install appropriate data and power connections. Remove and reroute electrical and data services from three (3) floor mounted receptacles in a nearby cubicle. The walkthrough will be held on Tuesday�18 Feb 2020�from 1:00 -2:00 pm.� Please see the information below if you are interested in attending the walkthrough. You MUST attend the walkthrough in order to place a proposal/quote. POC- Contact upon arrival at security desk Jason Chapple 701 San Marco Blvd Jacksonville, FL 32207 (904) 465-4726 (c) (SEE ATTACHED PERFORMANCE WORK STATEMENT) The provision at 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition. Addendum to 52.212-1 Proposal Content � The proposal shall have a title page identifying the offeror, the full address, phone and facsimile numbers, points of contact (POCs) and Commercial and Government Entity (CAGE) code of the offeror, the solicitation number and its contents. All proposal documents when printed shall fit on 8 x 11 inch paper to include spreadsheets (with appropriate page breaks). The proposal shall be, at a minimum, 12 point font (8 point is acceptable for Tables/Graphics). Ensure the proposal is submitted in PDF format. Spreadsheets shall be submitted in Excel document format. Proposals shall be responsive to and comply with the terms of this combined synopsis/solicitation in order to be eligible to receive an award. All combined synopsis/solicitation requirements shall be addressed in sufficient written detail for the Government to determine if the offeror understands each aspect of the Government�s requirement. The offeror shall address each task separately, and shall provide sufficient narrative and supporting data for each task. Lack of sufficient detail shall be considered sufficient cause for the proposal to be determined unacceptable. Statements that the offeror understands, can, or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as �standard procedures will be used� or �well-known techniques will be used� will be considered unacceptable. The Government will reject the proposal if determined to be materially nonresponsive or that does not conform to the terms of the combined synopsis/solicitation. To be eligible to receive an award, the proposal submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below: a. Technical: The term �technical,� as used herein, refers to the non-price elements listed below. � Element A: Specifications (Section 1): Specifications have been defined in the Performance Work Statement (PWS). The vendor shall submit a proposal that meets or exceeds all specifications identified in the PWS. � Element B: Technical Experience (Section 2): The vendor shall provide at least one (1) but no more than three (3) technical experience projects. Collectively, the narrative for Element B projects must demonstrate similar corporate experience with PWS Tasks 2, 3, and 4 (one project does not have to cover all tasks, as long as all task are covered in the collective projects submitted for Element B). The technical references must contain the following information: � Project Contract Number � Project Title & Location � Project Description and Key Personnel � Project Start & Ending Dates � Prime Contractor Performing Work � Subcontractor(s) Performing Work (Indicate Discipline) b. Past Performance (Section 3): No submission is required for the Past Performance Factor. The Government intends to review past performance information from any source available. These sources include, but are not limited to, the Past Performance Information Retrieval System (PPIRS), points of contact from the technical experience projects, or other databases, interviews with Program Managers, and interviews with Contracting Officers. c. Price (Section 4): A Firm Fixed Price (FFP) shall be submitted for this effort.� The vendor will provide pricing for each CLIN with associated pricing that details the level of effort (LOE) and mix of labor for each PWS Task. The provision at 52.212-2 Evaluation--Commercial Items, applies to this acquisition. Addendum to 52.212-2 The Government anticipates the issuance of a Firm Fixed Price (FFP) Lowest-Priced Technically Acceptable (LPTA) contract in accordance with the procedures authorized in FAR Part 13, Simplified Acquisition Procedures, and considering the following factors: (1) Technical; (2) Past Performance; (3) Price. To be eligible to receive an award, proposals submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below: a. Technical: The term �technical,� as used herein, refers to the non-price elements listed below. Proposals will be rated as ""Acceptable"" or ""Unacceptable"" in regards to ability to meet each element. Refer to Table 1 for a description of the ratings. The minimum requirements of each element must be met in order for the technical factor to be considered acceptable and for the proposal to be considered for award. � Element A: Specifications (Section 1): Specifications have been defined in the Performance Work Statement (PWS). The vendor shall submit a proposal that meets or exceeds all specifications identified in the PWS. � Element B: Technical Experience (Section 2): The vendor shall provide at least one (1) but no more than three (3) technical experience projects. Collectively, the narrative for Element B projects must demonstrate corporate experience with all PWS Tasks 2, 3, and 4 (one project does not have to cover all tasks, as long as all task are covered in the collective projects submitted for Element B). The technical references must contain the following information: � Project Contract Number � Project Title & Location � Project Description and Key Personnel � Project Start & Ending Dates � Prime Contractor Performing Work � Subcontractor(s) Performing Work (Indicate Discipline) Table 1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal meets the requirements of the solicitation. Unacceptable Proposal does not meet the minimum requirements of the solicitation. b. Past Performance (Section 3): The Government will evaluate offerors� likelihood of success in performing the solicitation's requirements as indicated by those offerors� record of past performance. Past performance ratings will be based on data obtained from any available sources, such as the Past Performance Information Retrieval System (PPIRS). The Government will assign a rating as indicated below. Table 2. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror�s performance record is unknown. (See note below.) Unacceptable Based on the offeror�s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown (or �neutral�) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered �acceptable.� c. Price (Section 4): A Firm Fixed Price (FFP) shall be submitted for this effort. The vendor will provide pricing for each CLIN with associated pricing that details the level of effort (LOE) and mix of labor for each PWS Task.� Each CLIN will be totaled, and the CLIN sub-totals will be included in the total proposal price. The Government will then include an additional six months of option year four (4) prices for the option to extend services in accordance with FAR clause 52.217-8 to calculate the total evaluated price. The Government will evaluate all aspects of the price proposal for reasonableness. Proposals found to be unreasonable may be rejected on that basis. The Government will only award the required contract if a fair and reasonable price can be obtained. The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition.� Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.�� Additional FAR clauses cited in 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, that apply to this acquisition 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor relations Act 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.224-3 Privacy Training 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim Additional Provision that apply to this acquisition: 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements�Representation 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law 52.217-5 Evaluation of Options 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 252.203-7005� Representation Relating to Compensation of Former DoD Officials 252.204-7008� Compliance with Safeguarding Covered Defense Information Controls 252.205-7000 Provision of Information to Cooperative Agreement Holders� Additional Clauses that apply to this acquisition: 52.203-3 Gratuities� 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.215-23 Limitations on Pass-Through Charges� 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.201-7000 Contracting Officer's Representative� 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002� Requirement to Inform Employees of Whistleblower Rights 252.204-7004� Alternate A, System for Award Management 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7012 Preference for Certain Domestic Commodities� 252.225-7048 Export-Controlled Items 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.227-7015 Technical Data--Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data� 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002 Requests for Equitable Adjustment� Fill-In Clauses that apply to this acquisition: 52.217-9 Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months. 52.219-28 Post Award Small Business Program Rerepresentation (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [� ] is, [� ] is not a small business concern under NAICS Code 541620 52.252-6 Authorized Deviations in Clauses� (a) The use in this contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. Open Market pricing is required. Anticipated Award Date is: Feb 20, 2020 Technical inquiries and questions relating to this combined synopsis/solicitation are due by 09:00 AM EST, February 19, 2020. Questions shall be sent via email to dewayne.a.sparks@usace.army.mil, and gerald.l.garvey@usace.army.mil. When submitting questions, please include the solicitation number, and title. The government reserves the right to limit and/or to not respond to any further questions pertaining to this project received after �09:00 AM EST, February 19, 2020.. Offerors should base their offers on the information provided in the solicitation and all issued amendments thereto. All answers to technical inquiries and questions are reviewed by the Contracting Officer prior to response. Answers to technical inquiries may result in amendments to the solicitation.� If an amendment is issued, it will be posted on the Federal Business Opportunities website (www.fbo.gov). Proposals are due by 09:00 AM EST, February 20, 2020. Proposals shall be sent via email to dewayne.a.sparks@usace.army.mil, and gerald.l.garvey@usace.army.mil. Any other questions regarding this acquisition should be directed to the Contract Specialist, Dewayne Sparks at (904) 232-1626 or by e-mail. Attached:� Performance Work Statement (PWS)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/09096f6732c14e89b3796df63c20d085/view)
- Place of Performance
- Address: Jacksonville, FL 32207, USA
- Zip Code: 32207
- Country: USA
- Zip Code: 32207
- Record
- SN05557621-F 20200213/200211230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |