SOLICITATION NOTICE
Y -- Installation of Government Furnished Generator
- Notice Date
- 10/26/2020 2:10:47 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-21-Q-00004
- Response Due
- 10/29/2020 2:00:00 PM
- Archive Date
- 11/13/2020
- Point of Contact
- Josh Huckeby, Phone: 4059541684
- E-Mail Address
-
joshua.d.huckeby@faa.gov
(joshua.d.huckeby@faa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- UPDATE -- Amendment 02 (10/26/2020) Wage Determination attached. See ""DBA_Wage Determination_CA20200002_.pdf"". _______________________________________________________________________________ UPDATE -- Amendment 01 (10/26/2020) Drawings Attached. See attatchment titled ""ELC-CAX-BG-DW000.pdf"". _______________________________________________________________________________ SYNOPSIS OF REQUIREMENT This requirement is to provide required electrical infrastructure and generator installation for a Remote Video Surveillance System (RVSS) tower located at El Centro, CA. See attached SOW and attached drawings for details. SOLICITATION The Federal Aviation Administration (FAA) is soliciting quotes for the consideration of a contract award from interested offerors in the local area for a construction of electrical infrastructure and installation of government furnished generator for a surveillance tower located near El Centro, CA in accordance with the attached Statement of Work (SOW). For this requirement, vendors in the local area are defined as vendors whose business locations, as reflected in their System for Award Management (SAM) registrations, are located not further than 200 mile radius of the site of performance (El Centro, CA). SMALL BUSINESS SET-ASIDE This requirement is a 100% small business set-aside. The FAA reserves the right to cancel this requirement at any time and without notice to offerors. An award for this requirement is anticipated to be made to the offeror with the lowest priced quote received on or before the aforementioned due date that can be determined fully responsive and responsible. The anticipated award date for this requirement is on or before November 6, 2020. This is a competitive solicitation for a FIRM FIXED PRICE (FFP) contract. As such, any proposals received that takes exception to the terms and conditions in this solicitation, proposes additional terms or conditions, or otherwise indicates within their proposal that their proposed pricing is not all inclusive of the FFP proposed, cannot be evaluated at face value in a competitive environment and will, therefore, be determined ineligible for a contract award. Any activities or costs associated with offerors proposal development and submission thereof is at the risk of the offeror and will not be reimbursed by the FAA. SITE VISIT No site visit is currently planned for this announcement. The availability of any future site visit is subject to availability of Government resources to facilitate such an event. If offerors wish to conduct a site visit, please contact the Contracting Officer via email. If a site visit is scheduled as a result of request(s) received, it will be done so at a time and date at the discretion of the FAA and will be made available to all interested offerors via updates to this announcement. Interested offerors are encouraged to follow this announcement for such updates. � A. INSTRUCTION TO OFFERORS 1. OFFEROR RESPONSIVENESS Offerors must be determined �Responsive� to be eligible for a contract award. An offeror will be determined �Responsive� upon their timely submittal of a proposal guarantee, a completed solicitation document and Past Performance Questionnaire (PPQ). The requirements for each of these documents are as follows: a. Proposal Guarantee Offerors shall submit a proposal guarantee in accordance with Clause 3.4.1-1 PROPOSAL GUARANTEE (JAN 2017) upon submission of their proposal. See page 12 of the solicitation document for details.� b. Solicitation Document Offerors must complete the following: Page 2, Block 14. NAME AND ADDRESS OF OFFEROR (Include Zip) Page 2, Block 15. TELEPHONE NO. Page 2, Block 16. REMITTANCE ADDRESS Page 2, Block 17. Offer Validity Period and Total Amount Page 2, Block 20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER Page 2, Block 20B. SIGNATURE Page 2, Block 20C. OFFER DATE Page 3, Column F: Fill-In Pricing Information for Line Items: Pages 19/20, Clause 3.6.4-22, Offerors must fill-in representations contained in Paragraph d Representation����� ***DO NOT FORGET TO DO THIS*** Page 23, Clause 3.6.4-24, Offerors must fill-in representations contained in Paragraph c Representation����� ***DO NOT FORGET TO DO THIS*** c. Past Performance Questionnaire (PPQ) Offeror shall submit at least one (1) PPQ which cites an example of same or similar work completed within the last 5 years for work valued to be at least $30,000.00 or greater. If performance occurred as a subcontractor, the value of work done specifically by your company must be at least $30,000.00 or greater. Offerors must complete the following: Block 1. Contractor Block 2. Contract/Task Order (TO)/Purchase Order (PO) Number Block 3. Contract/TO/PO Dollar Value Block 4. Contract/TO/PO Status Block 5. Project Title Block 6. Project Description Block 7. Project Owner or Project Manager for the Client 2. OFFEROR RESPONSIBILITY Offerors must be determined �Responsible� to be eligible for a contract award. a. SAM: An offeror will be determined �Responsible� if a current registration in the System for Award Management (SAM.gov), and has no active exclusions and within their FAR 52.219-1 Representations and Certifications, the offeror is identified as a small business under the NAICS Code associated with this announcement. B. HOW YOUR PROPOSAL WILL BE EVALUTED To be determined eligible for a contract award, an offeror must be determined �Acceptable� for three evaluation factors. 1. RESPONSIVENESS 2. RESPONSIBILITY 3. RISK ASSESSMENT Evaluation Factors 1. RESPONSIVENESS Each offer received will be evaluated for responsiveness and determine �Acceptable� or �Unacceptable� using the following evaluation criteria: a. Acceptable: I. Proposal Guarantee: Offeror has submitted a proposal guarantee in accordance with Clause 3.4.1-1 PROPOSAL GUARANTEE (JAN 2017) upon submission of their proposal. AND II. Solicitation: All pages of the solicitation document are contained in the document submitted, and the offeror has filled in all required sections of the solicitation document described in INSTRUCTION TO OFFERORS above, and offeror certifies that �covered� telecommunications equipment are not being provided and are not in current use in their company in Clauses 3.6.4-22 and 3.6.4-24. AND III. PPQ: The offeror has filled in all required sections of the PPQ and is determined to have completed same or similar work, was completed no later than 5 years ago, and the work is valued to be at least $30,000.00 or greater. b. Unacceptable: I. Proposal Guarantee: Offeror does not submit a proposal guarantee with their proposal, or the proposal guarantee submitted is not in accordance with Clause 3.4.1-1 PROPOSAL GUARANTEE (JAN 2017). OR II. Solicitation: Offeror does not include all pages of the solicitation document are contained in the document submitted, or the offeror has not filled in all required sections of the solicitation document described in INSTRUCTION TO OFFERORS above, or offeror certifies that �covered� telecommunications equipment are being provided or are in current use in their company in Clauses 3.6.4-22 and 3.6.4-24, or fails to certify either way. OR III. PPQ: The offeror has not filled in all required sections of the PPQ, or the work cannot be determined to be same or similar in scope, or was completed later than 5 years ago, or the work specifically performed by the offeror is valued to be at less than $30,000.00. 2. RESPONSIBILITY Each offer received will be evaluated for responsibility and determine �Acceptable� or �Unacceptable� using the following evaluation criteria: a. Acceptable: I. SAM: Offerors are found to have a current registration in SAM, are not found to have any active exclusions, and do certify they are a small business for the NAICS Code associated with this announcement. b. Unacceptable: I. SAM: Offerors are not found to have a current registration in SAM, or are found to have any active exclusions, or do not certify they are a small business for the NAICS Code associated with this announcement. 3. RISK ASSESSMENT A risk assessment based on past performance will be conducted for each offeror. The Contracting Officer may contact the POC identified in the PPQ to ask questions pertaining to cost, schedule, and performance matters for the work described in the PPT at their discretion. The Contracting Officer may also utilize any other US Government tools, databases, and/or previous contracts to collect past performance information available at their discretion. If utilized, these measures will be done only to such an extent that the respective offeror�s past performance poses no significant risk to the FAA. Offerors will be determined �Acceptable� or �Unacceptable� based on the following criteria: a. Acceptable I. Past Performance: No information is obtained by the Contracting Officer that indicates there would be a significant risk to the FAA for the cost, performance, or schedule associated with the offeror performing this requirement. b. Unacceptable I. Past Performance: Information is obtained by the Contracting Officer that indicates there would be a significant risk to the FAA for the cost, performance, or schedule associated with the offeror performing this requirement. AWARD DECISION A contract award is anticipated to be made to the lowest price offeror determined to be eligible for award; however, the FAA reserves the right to cancel this requirement at any time and without notice. � QUESTIONS Questions about this requirement are due not later than 4:00PM on 23 Oct, 2020, but may be submitted at any time prior to this date to the FAA Contracting Officer via email at Joshua.d.huckeby@faa.gov. Offerors are encouraged to submit any questions pertaining to this announcement as soon as possible. Offerors must include ""6973GH-21-Q-00004� within the subject line of your email. OFFER DUE DATE All responses to this solicitation for quotes must be received by email on Thursday, October 29, 2020 at 4:00 PM, (Central). Due to urgent need of this requirement by the FAA, extensions to this due date are not likely to occur.�� Offerors must include ""6973GH-21-Q-00004� within the subject line of your email. No phone calls please. All inquiries should be in writing for documentation purposes. All submittals should be submitted via email to: joshua.d.huckeby@faa.gov. Acquisition Management System (AMS) applies to FAA in place of the�Federal Acquisition Regulation�(FAR) and various other provisions of Federal acquisition law. Thank you for your interest and participation in this competition.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3cfef5f130504b239368473e58163d65/view)
- Place of Performance
- Address: El Centro, CA 92243, USA
- Zip Code: 92243
- Country: USA
- Zip Code: 92243
- Record
- SN05837919-F 20201028/201026230138 (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 |