SOLICITATION NOTICE
N -- Structural Collapse Venue Site (SCVS) / ""Rubble Pile""
- Notice Date
- 3/30/2020 9:53:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- W7NT USPFO ACTIVITY NDANG 119 FARGO ND 58102-1051 USA
- ZIP Code
- 58102-1051
- Solicitation Number
- PANNGB20P8091
- Response Due
- 4/6/2020 1:00:00 PM
- Archive Date
- 04/21/2020
- Point of Contact
- Brian L. Erdmann, Rachel M. Syverson
- E-Mail Address
-
brian.l.erdmann.mil@mail.mil, rachel.m.syverson.mil@mail.mil
(brian.l.erdmann.mil@mail.mil, rachel.m.syverson.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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; quotations are being requested and a written solicitation will not be issued. (ii)� This solicitation is being issued as a request for quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2020-04, Effective January 15, 2020. (iii) The Product Service Code (PSC) is N069.� The NAICS is 541690 and the business size standard is $16.5M.� This acquisition is SET ASIDE FOR SMALL BUSINESS. (iv) Description of Requirements: The 119th Wing, located in Fargo, ND has a requirement for the design and installation of a Structural Collapse Venue Site (SCVS), also known as a �rubble pile� for required Search and Extraction (S&E) Rescue Training.� The SCVS is required to possess training props in accordance with NFPA 1402 Chapter 11, �Technical Search and Rescue Training Props� to support required training in the following disciplines of Search and Extraction: Lifting and Hauling Shoring Confined Space Rope Breaching and Breaking In addition to the design and installation of a SCVS, the 119th Wing also requires Site Preparation for the installation of the required SCVS.� Site Preparation shall be included as an Option (Option 1) that may or may not be exercised at the discretion of the Government at the time of contract award.� The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, other items, and non-personal services necessary to perform Site Preparation, Design, and Installation of a SCVS for the 119th Wing, North Dakota Air National Guard. �See the Performance Work Statement (PWS) for specific details. CLIN 0001� � �DESIGN/INSTALLATION OF STRUCTURAL COLLAPSE VENUE SITE���� 1 JOB CLIN 0002�����CMRA FEE��������������������������������������������������������������������������� ����������������������������������� � �1 JOB CLIN 0003�����OPTION 1 / SITE PREPARATION��������������������������������� ������������������������������� �� � � 1 JOB (v)� Description of requirements for the services acquired: See PWS. (vi) Dates and place of delivery and acceptance: �The anticipated Period of Performance Period for this effort is required to be completed no later than July 15th, 2020 due to a scheduled Vigilant Guard Exercise to be completed in early August, but is subject to change by the Contracting Officer. (vii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.� Provisions and clauses can be viewed at https://acquisition.gov. ADDENDUM TO FAR 52.212-1 Instructions to Offerors-Commercial Items: Offerors shall prepare their quotations in accordance with FAR 52.212-1.� In addition, the following information shall be included: DUNS Number. Federal Tax ID Number. CAGE Code. Contractor�s Legal Name. Payment Terms (NET 30) or Discount. Point of Contact and Phone Number. Email address. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. TECHNICAL ACCEPTABILITY INFORMATION:� Interested Parties shall provide details of your firm's ability to carry out the services requested.� This information will be used to determine the technical capability of the services sought. �Any Interested Party who submits an offer SHALL include proposed designs and proposed Materials List with their offer. PRICE:� Interested parties shall submit pricing with the following Contract Line Item Number (CLIN) Structure: CLIN 0001�����PRICE- DESIGN/INSTALLATION OF SCVS����������������������������������������� � � 1 JOB ���������������������������-Total price inclusive of travel costs, equipment rental, etc. CLIN 0002�����PRICE-CMRA FEE� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1 JOB ���������������������������-Self Explanatory / see paragraph below CLIN 0003�����PRICE-OPTION 1 / SITE PREPARATION�������������������������������������������������1 JOB ���������������������������-Total price associated with site prep � � �11. ADDITIONAL FEE ASSOCIATED WITH CONTRACT MANPOWER REPORTING APPLICATIONS (CMRA) REQUIREMENT.��Any resultant award/contract shall require that ALL contractor Labor Hours (including subcontractor labor hours)�are reported for performance of services provided for the Department of the Air Force via a secure data collection�site. See paragraph 5.14 of the associated Performance Work Statement for additional details. While additional�charges are authorized, offerors are also permitted to meet this requirement at no additional cost to the�Government. � � �12. LENGTH OF TERM THAT OFFERS ARE VALID.� The price that is provided for all CLINS associated with this�requirement shall include a length of term in which the offeror�s quote is valid for (i.e. 30, 60, 90 days). � � �13. WARRANTY INFORMATION.� Interested Parties shall include warranty information with their offer. **Offerors shall submit quotes electronically via email to the individuals listed in paragraph xiv below. (viii) The provision at 52.212-2, Evaluation -Commercial Items (OCT 2014) applies to this acquisition. Evaluation of proposals will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106.� Evaluation factors are listed below. Evaluation-Commercial Items (Oct 2014) 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 in terms of Best Value, with price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of the services offered to meet the Government requirement Price Past Performance ***Technical and past performance, when combined, are approximately equal when compared to cost or price. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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 offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. **BASIS OF AWARD:� The Government�s basis of award shall be made on offers submitted by �Interested Parties� whose quote best meets the requirements identified in paragraph five (5), pages 11-14 of the PWS and the conceptual design identified in Technical Exhibit 7, Views 1-6 of the PWS.�Any Interested Party who submits an offer SHALL include proposed designs and proposed Materials List with their offer. (ix) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (x) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xi) Contract award may be made without discussions. (xii) Contractors must possess a current S.A.M. Registration to be considered �eligible� for contract award. (xiii)� Responses to this solicitation are to be submitted and received electronically via email by 3:00 P.M. Central Daylight Time (CDT) on Monday, April 6th, 2020.� Any questions or requests for information shall be submitted in writing to the individuals listed in paragraph (xiv) below no later than 3:00 P.M. Central Daylight Time (CDT) on Friday, March 27th , 2020.� *Any interested party who desires to request a Site Visit must do so by submitting a written request to the individuals listed in paragraph (xiv) below no later than 3:00 P.M. Central Daylight Time (CDT) on Friday, March 27th, 2020 (xiv) Responses and/or questions are to be submitted electronically to Brian Erdmann via email at brian.l.erdmann.mil@mail.mil and Rachel Syverson at rachel.m.syverson.mil@mail.mil. (xv) THE FOLLOWING FAR CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS ACQUISITION.� THIS LIST MAY NOT BE ALL INCLUSIVE: 52.202-1 ������������ Definitions NOV 2013 52.203-6 ������������ Restrictions on Subcontractor Sales to the Government Alternate� 52.203-17 ���������� Contractor Employee Whistleblower Rights and Requirement To Inform�Employees of Whistleblower Rights� 52.203-18 ���������� Prohibition on Contracting With Entities That Require Certain Internal�Confidentiality Agreements or�Statements�Representation 52.204-7 ������������ System for Award Management� 52.204-9��������������Personal Identity Verification of Contractor Personnel *52.204-10 ������� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 ���������� System for Award Management Maintenance 52.204-16 ���������� Commercial and Government Entity Code Reporting 52.204-18 ���������� Commercial and Government Entity Code Maintenance 52.204-19 ���������� Incorporation by Reference of Representations and Certifications 52.204-23 ���������� Prohibition on Contracting for Hardware, Software, and Services Developed or�Provided by Kaspersky�Lab and Other Covered Entities 52.204-24 ���������� Representation Regarding Certain Telecommunications and Video Surveillance�Services or Equipment 52.204-25� ��������� Prohibition on Contracting for Certain Telecommunications and Video�Surveillance Services or Equipment 52.204-26 ���������� Covered Telecommunications Equipment or Services-Representation *52.209-6 ���������� Protecting the Government's Interest When Subcontracting With Contractors�Debarred, Suspended, or�Proposed for Debarment� � 52.209-10 ���������� Prohibition on Contracting With Inverted Domestic Corporations� � 52.212-1� � � � � � � �Instructions to Offerors--Commercial Items 52.212-2�������������� Evaluation-Commercial Items 52.212-3�������������� Offerer Representations and Certifications-Commercial Items 52.212-4� � � � � � � �Contract Terms and Conditions--Commercial Items 52.212-5� � � � � � � �Contract Terms and Conditions Required to Implement Statutes or Executive�Order-Commercial Items 52.216-25� � � � � � �Contract Definitization 52.217-4� � � � � � � �Evaluation of Options at Time of Contract Award 52.217-8� � � � � � � �Option to Extend Services 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 Representation *52.222-3� � � � � � �Convict Labor *52.222-17� � � � � Non-displacement of Qualified Workers *52.222-21� � � � � Prohibition Of Segregated Facilities� � *52.222-26� � � � � Equal Opportunity *52.222-36� � � � � Equal Opportunity for Workers with Disabilities� � *52.222-41� � � � � Service Contract Labor Standards� *52.222-42� � � � � Statement of Equivalent Rates for Federal Hires *52.222-43� � � � � Fair Labor Standards Act and Service Contract Labor Standards *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� � � *52.225-13� � � � � Restrictions on Certain Foreign Purchases 52.225-25 ���������� Prohibition on Contracting with Entities Engaging in Certain Activities or�Transactions Relating to Iran-Representation and Certifications *52.232-33� � � � � Payment by Electronic Funds Transfer--System for Award Management 52.232-39 ���������� Unenforceability of Unauthorized Obligations 52.232-1 ������������ Payments 52.232-39� � � � � � Unenforceability of Unauthorized Obligations 52.232-40 ���������� Providing Accelerated Payments to Small Business Subcontractors 52.233-2� � � � � � � Service of Protest 52.233-3 ������������ Protest After Award 52.233-4 ������������ Applicable Law for Breach of Contract Claim�� 52.249-4 ������������ Termination For Convenience Of The Government (Services) (Short Form)� 52.249-8 ������������ Default (Fixed-Price Supply & Service) *Denotes Contract Clauses included within FAR Clause 52.212-5 at the time of Contract Award. (xvi) THE FOLLOWING DFARS PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS ACQUISITION: 252.203-7000 �� Requirements Relating to Compensation of Former DoD Officials� 252.203-7002 �� Requirement to Inform Employees of Whistleblower Rights 252.203-7003 �� Agency Office of the Inspector General 252.203-7005 �� Representation Relating to Compensation of Former DoD Officials 252.204-7003 �� Control of Government Personnel Work Product 252.204-7004 �� Antiterrorism Awareness Training for Contractors 252.204-7006����� Billing Instructions 252.204-7008 �� Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 �� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber�Incident Information 252.204-7012� � Safeguarding of Unclassified Controlled Technical Information 252.204-7015� � Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016� � Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017� � Prohibition on the Acquisition of Covered Defense Telecommunications�Equipment or Services� Representation 252.204-7018� � Prohibition on the Acquisition of Covered Defense Telecommunications�Equipment or Services 252.223-7006 �� Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials� 252.225-7002� � Qualifying Country Sources As Subcontractors 252.225-7048� � Export-Controlled Items 252.232-7003� � Electronic Submission of Payment Requests and Receiving Reports 252.232-7006� � Wide Area WorkFlow Payment Instructions 252.232-7010 �� Levies on Contract Payments 252.239-7001 �� Information Assurance Contractor Training and Certification 252.243-7001 �� Pricing of Contract Modifications 252.244-7000 �� Subcontracts for Commercial Items 252.247-7023 �� Transportation of Supplies by Sea 252.243-7001����� Requests for Equitable Adjustment (xvii) CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.219-6 NOTICE OF SMALL BUSINESS SET-ASIDE (NOV 2011) (a) Definition. �Small business concern,� as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) Applicability. This clause applies only to-- (1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).* (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. (End of Clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ececd6ae31f54088987c95e2bf633c93/view)
- Place of Performance
- Address: Fargo, ND 58102, USA
- Zip Code: 58102
- Country: USA
- Zip Code: 58102
- Record
- SN05604131-F 20200401/200330230142 (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 |