Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2020 SAM #6779
SOLICITATION NOTICE

Q -- Temperature Screening

Notice Date
6/19/2020 3:28:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
REGION 9: EMERGENCY PREPAREDNESS AN SAN FRANCISCO CA 94107 USA
 
ZIP Code
94107
 
Solicitation Number
70FBR920Q00000013
 
Response Due
6/22/2020 12:00:00 PM
 
Archive Date
07/07/2020
 
Point of Contact
Demetria Carter, Phone: 2027025180, Ashlee Young, Phone: 2028265994
 
E-Mail Address
Demetria.Carter@fema.dhs.gov, ashlee.young@fema.dhs.gov
(Demetria.Carter@fema.dhs.gov, ashlee.young@fema.dhs.gov)
 
Description
The Federal Emergency Management Agency (FEMA) is considering the issuance of a Firm Fixed Price Purchase Order for an immediate requirement for pre-temperature screening protocol to support Region IX disaster relief operations as a result of COVID-19.� 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; quotes are being requested and a written solicitation will not be issued.�� The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Circular 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380 Testing Laboratories.� This requirement is to support the federally declared COVID-19 disaster. As this disaster response applies to a global pandemic, there is no clearly identified local area. At this time, local set aside requirements do not apply. The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for daily thermal temperature screening to be performed during the requested work schedule. The following wage determination shall be applicable to the resulting purchase order: Wage Determination No.: 2015-5477 (Rev.-13) _____________________________________________________________________________________ Description of Requested Services Purpose As an additional preventative measure in response to the COVID-19 virus to those already in place, it is germane to effect temperature screening procedures for all personnel who seek to enter the office spaces of the Navajo Education Center venue at 1 Morgan Blvd, Window Rock, AZ 86515. Note that the service point is at the main entrance only. All quote submissions must include the following information (preferably to be provided on the quote submission cover letter): 1.�Tax Identification Number 2.�Dun & Bradstreet Number (DUNS) 3.�Authorized Representative Contact Name 4.�Contact Email Address 5.�Contact Telephone and Fax Number 6.�Complete business mailing address 7.�Soonest delivery date with your quote submission Evaluation Factors The vendor shall provide a statement of work and cost proposal to this solicitation based on the attached Statement of Objectives (SOO), and FEMA Facility Mandatory Temperature Screening Procedures documents necessary to safely complete these tasks. To be eligible for award Offerors must be found to be responsible in accordance with Federal Acquisition Regulation (FAR) 9.101.� The Government intends to evaluate quotes and award without exchanges with Offerors (except clarifications). Therefore, the offeror�s initial quote should contain the Offeror�s best terms from a cost or price standpoint. The Government reserves the right to make no award at all as a result of this solicitation.� Factor 1: Statement of Work Factor 2: Price� The Offeror�s unit and total pricing will be evaluated, for award purposes, to determine fair and reasonable based upon unit price and total proposed amount in compliance with attached wage rate determination.��� Factor 3: Past Performance The Government will evaluate the merits of the Offeror�s past performance on relevant contracts, projects and endeavors based the feedback provided by project POCs and reports from the PPIRS.� For the purpose of this evaluation, �Past Performance� is defined as the Offeror�s performance (how well they performed and the quality of the work) on active (to the extent completed) and completed contracts projects, jobs, and endeavors.� Offerors shall present up to three (3) relevant contracts/projects, performed within the past five (5) years, with either the Federal Government, State Government, or commercial clients, as the prime or subcontractor, which demonstrate work similar in size, scope, and complexity to this requirement.�� The following information shall be provided for each project: Additional Provisions and Clauses i. 52.252-1 Solicitation Provisions Incorporated by Reference. ii.�The provision at 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference. iii.�The provision at 52.212-2, Evaluation-Commercial Items, is applicable in that the Government will make awards resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price only. iv.�Offerors are to complete the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. v.�The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is incorporated by full text.� However, separate invoice instructions with payment details will be provided at time of award of an IDIQ.� See the attached solicitation vi.�The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Specific applicable clauses will be identified with any resultant award. vii.�The Buy American Act (FAR 52.225-1) has been waived for all items included in this solicitation; however, Offerors shall disclose country of origin for reporting purposes.� The Trade Agreement Act still applies. a.�The provision at 52.225-6, Trade Agreements Certificate, applies to this acquisition and is incorporated by full text. b.�The clause at 52.225-13, Restrictions on Certain Foreign Purchases, applies to this acquisition and is incorporated by reference. c.�The provision at 52.228-18, Place of Manufacture, applies to this acquisition and is incorporated by full text. d.�The provision, 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification, applies to this acquisition and is incorporated by full text. e.�The provision, 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications, applies to this acquisition and is incorporated by reference. viii.�HSAR clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates applies to this acquisition and is incorporated by full text. ix.�HSAR clause 3052.212-70 Contract Terms & Conditions for DHS Acquisition of Commercial Items applies to this acquisition and is incorporated by full text. May be tailored with any resultant award. Other Terms and Conditions i.�Government reserves the right to incorporate any additional applicable FAR and HSAR clauses to any resultant award. ii.�Government reserves the right to apply priorities and allocations on the individual awards as deemed necessary.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca3931e7e7164ebc935261dd6d7d11c7/view)
 
Place of Performance
Address: Window Rock, AZ 86515, USA
Zip Code: 86515
Country: USA
 
Record
SN05696882-F 20200621/200622142803 (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 |
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.