SOLICITATION NOTICE
X -- LRS Temporary Facility
- Notice Date
- 7/28/2020 11:35:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- W7MT USPFO ACTIVITY ALANG 187 MONTGOMERY AL 36108-4824 USA
- ZIP Code
- 36108-4824
- Solicitation Number
- W50S6N-20-Q-0006
- Response Due
- 8/18/2020 2:00:00 PM
- Archive Date
- 09/02/2020
- Point of Contact
- Stephen A. Shanks, Phone: 3343947530, Benjamin W. Scott, Phone: 3343947528
- E-Mail Address
-
stephen.shanks.1@us.af.mil, benjamin.scott.18@us.af.mil
(stephen.shanks.1@us.af.mil, benjamin.scott.18@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PURPOSE OF THIS AMENDMENT IS TO NOTIFY PROSPECTIVE OFFERORS THAT THE EMAIL CONTACT INFORMATION FOR THE GOVERNMENT REPRESENTATIVES HAS CHANGED.� NEW EMAIL CONTACT INFORMATION: MR. SHANKS� - stephen.shanks.1@us.af.mil TSGT Scott - benjamin.scott.18@us.af.mil 1.�� �This is a combination synopsis/solicitation for commercial items 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. 2.�� � The solicitation number is: W50S6N-20-Q-0006 3.�� �The solicitation is issued as a request for quotation (RFQ). Quotes shall be valid 60 calendar days after the close of the solicitation. 4.�� � This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. 5.�� �This solicitation is set aside for small businesses and associated NAICS code 531120 with the following small business standard $30,000,000. 6.�� �Line Item Structure: �See SOW and Attachments for complete listing. CLIN 0001 � Mobilization and Setup � � � � � � � � a.�� �Delivery Freight � � � � � � � � b.�� �Initial Setup � � � � � � � � c.�� �Power Hookup � � � � � � � � d.�� �Water Hookup � � � � � � � � e.�� �Sewer Hook up � � � � � � � � f.�� �Workstation Package CLIN 0002 � Building Lease (Base Year) CLIN 0003 � Building Lease (Option Year 1) CLIN 0004 � Building Lease (Option Year 2) CLIN 0005 � Facility Removal See attached Quote Worksheet� 7.�� �Site Visit Information: A Site Visit will be held on 4 August 2020 at 9:00 a.m. CST for interested vendors and is highly encouraged. �This conference will start in BLDG 1801, Civil Engineering Building Classroom, 5187 Selma Hwy. Montgomery, AL 36108. �Due to the nature of this visit and COVID-19 Restrictions, all visitors shall wear face coverings and maintain proper social distancing in accordance with Montgomery City, State of Alabama, and Department of Defense guidelines. � For security reasons, all offerors attending the site visit must register. �Email the following information for all attendees to Mr. Stephen Shanks (stephen.a.shanks2.civ@mail.mil) no later than 3 business days prior to the site visit: Firm Name and Telephone Number Name and Social Security Number Driver�s License, State of Issue, and Date of Birth Citizenship Registering in advance will enable the Contracting office to make arrangements for adequate seating. Information provided at the site visit shall not qualify the terms and conditions of the solicitation and specifications. �Terms remain unchanged unless the solicitation is amended in writing. A record of the visit shall be furnished to all prospective bidders on the Government Point of Entry. 8.�� �Documents to be required: Documents to be included: In order to be considered to award, offerors shall provide (1) a quote on company letterhead including the company DUNS #, Quote Worksheet. �All quotes shall be valid for at least 60 days. �Documentation to support your understanding of the requirement and compliance with the Statement of Work. 9.�� �Rejection of Quotation: Failure to demonstrate compliance will be cause to reject the quote without further discussions. �All responsible sources may submit an offer and will be considered. 10.�� �Delivery: FOB Destination. Performance Locations: � � � � � �187 Fighter Wing: 5187 Selma Hwy. Montgomery, AL 36108 � � � � � �� 11.�� �Delivery Due Date: The Government required period of performance is 90 days after award. � Offeror shall include their proposed delivery schedule as part of their quotation. 12.�� � Contract Clauses: The following provisions and clauses apply to this acquisition and can be found in full text at https://acquisition.gov/. Far 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items: FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.204-7, System for Award Management.; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.217-5, Evaluation of Options. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards, Far 52.222-3, Convict Labor (E.O 11755), FAR 52.222-5 Combating Trafficking of Persons, FAR 52-222-19, Child Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, FAR 52.232.36, Payment by Third Party (31U.S.C. 3332), FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.233-2 Service of Protest and FAR 52.233-3 Protest After Award, FAR 52.222-41 Service Contract Act; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors; DFARS 252.204-7003 Control of Government Work Product, DFARS 252.223-7008 Prohibition of Hexavalent Chromium, DFARS 252.225-7001 Buy American and Balance of Payment Program, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments, DFARS 252.244-7000 Subcontracts for Commercial Items, DFARS 252.225-7048 Export Controlled Items; 52.217-9 Option to Extend the Term of the Contract.� � � � � � � � � � � � � � � � � � � � Option to Extend the Term of the Contract (Mar 2000) (a) �The Government may extend the term of this contract by written notice to the Contractor within 60 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 4 years 6 months. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � (End of clause) 13.�� �Evaluation and Award Factors: �Determination of Firm Fixed Price awards will be based on Lowest Price Technically Acceptable (LPTA). The following factors will be used to evaluate offers: A) Price and B) Technical. Price will contribute substantially to the selection decision. The 187th FW will evaluate the price information submitted in each offerors� price proposal. �In accordance with FAR provision 52.217-5 Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government�s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �(End of provision) Offerors must provide sufficient documentation to allow the Government to evaluation compliance with the Statement of Work and attachments. �The failure of an offeror to meet the requirements of a factor result in an unacceptable rating. Technical will receive one of the ratings listed below: The Factors that will be evaluated are: � � � � � 1)�� �Size/Dimensions and minimum requirements of building (mechanical, restrooms, etc.) as prescribed in SOW and Appendixes. � � � � � 2)�� �Age and Condition of building as described in Appendix 3. � � � � � 3)�� �Delivery Schedule (Does it meet 90 day requested). a. Acceptable: Quote clearly meets the requirements of the solicitation and specifications as outlined in the Statement of Work and appendixes. b. Unacceptable: The quote does not clearly meet the requirements of the solicitation or specifications as outlined in the Statement of Work and appendixes. � � � � � � � � � � � � � � � � � � � � SEE SAMPLE EVALUATION SHEET IN ATTACHMENTS 14.�� �The Government intends to award a Firm Fixed Price contract. 15.�� �In accordance with FAR Clause 52.222-41 the Service Contract Act Wage Determination is number 2015-4607, Revision 10, Dated 6/18/2020. 16.�� �Any amendment and documents related to this procurement will be available electronically at the internet site: beta.sam.gov Contract Opportunities. Potential Offerors will be responsible for downloading their own copy of these documents related to this procurement. �Furnish quotes to Mr. Stephen Shanks (stephen.a.shanks2.civ@mail.mil), Contracting Officer, 187th Fighter Wing, no later than 4:00 PM Central Standard Time on 18 August 2020. �Requests for Information (RFI) may be sent no later than 11 August 2020 to Mr. Stephen Shanks (stephen.a.shanks2.civ@mail.mil). �Late quotes will be not be accepted. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ea708e9247024785a933e2b922addfd2/view)
- Place of Performance
- Address: Montgomery, AL 36108, USA
- Zip Code: 36108
- Country: USA
- Zip Code: 36108
- Record
- SN05736048-F 20200730/200728230139 (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 |