Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 01, 2021 SAM #7061
SOLICITATION NOTICE

J -- Power Converter Maintenance for Fort Sill, Oklahoma

Notice Date
3/30/2021 10:17:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W6QM MICC-FT SILL FORT SILL OK 73503-0501 USA
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-21-R-0015
 
Response Due
4/26/2021 11:00:00 AM
 
Archive Date
05/11/2021
 
Point of Contact
Charline M. Williams, Phone: (580) 442-4712, Sheryl D. Mathews, Phone: (580) 442-3751
 
E-Mail Address
charline.m.williams.civ@mail.mil, sheryl.d.mathews.civ@mail.mil
(charline.m.williams.civ@mail.mil, sheryl.d.mathews.civ@mail.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
Power Converter Maintenance for Fort Sill, Oklahoma Solicitation Number: W9124L-21-R-0015 Agency: Department of the Army Office: Army Contracting Command, MICC Location: MICC - Fort Sill, Oklahoma 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 number is W9124L-21-R-0015. This solicitation shall be considered a Request for Quotation (RFQ). Mission and Installation Contracting Command (MICC) Fort Sill intends to award a single firm fixed price contract award with a 12 month base and four 12 month option years. Quotes will be evaluated as follows: The lowest acceptable quote will be selected with respect to each item and total cost of all items thus determined shall be compared with the total of the lowest acceptable �all or none� quote. As a part of the price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offerer�s final option period price to the offerer�s total price. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89. This requirement is a 100% Women-Owned Small Business (WOSB) set-aside and only qualified offerors may submit quotes. The North American Industry Classification System (NAICS) code for this acquisition is 23810, Electrical Contractors and Other Wiring Installation Contractors, with a corresponding Small Business Size Standard of $16.5 million. System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. CONTRACTORS MUST COMPLY WITH FAR 52.204-13 System for Award Management (SAM) Management Maintenance (October 2018). Contract Type: The Government contemplates award of the following contract type: Firm-Fixed Price. Period of Performance: Base Period of Performance: ������� 1 June 2021 � 31 May 2022 (12 months) Option Year One: ��������������������������� 1 June 2022 � 31 May 2023 (12 months) Option Year Two: ��������������������������� 1 June 2023 � 31 May 2024 (12 months) Option Year Three: ������������������������ 1 June 2024 � 31 May 2025 (12 months) Option Year Four: �������������������������� 1 June 2025 � 31 May 2026 (12 months) CLARIFICATION OF THIS COMBINED SYNOPSIS SOLICITATION: Clarifications and/or questions regarding this RFQ are due 6�April 2021 at 10:00 A.M. CST. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their quote/proposal. No phone calls, email only. Oral explanations will not be binding.� Direct clarifications and/or questions to the following Contracting Officer AND the Purchasing Agent via the following E-mail: Contracting Officer: Sheryl D. Mathews, sherry.d.mathews.civ@mail.mil Purchasing Agent: Charline M. Williams, charline.m.williams.civ@mail.mil ELECTRONIC SUBMISSION: All quotes shall be received before 26�April 2021 at 2:00 P.M. CST via email to the above email addresses. Only quotes submitted via e-mail to both points of contact will be accepted and evaluated. Electronic submissions are subject to the following constraints: (a) E-mail file may not be larger than 9 Mega Byte (MB) (applicable to e-mail submission only). If the email will be larger than 9 Mega Byte, please send the information in multiple emails to not exceed the limit. (b) Government security systems will delete e-mail enclosures or attachments with the following extensions; ensure that your response contains none of the following: *.ace* *.ad* *.asp* *.bas* *.bat* *.b64* *.bhx* *.bin* *.ceo* *.ce0* *.chm* *.cmd* *.com* *.cpl* *.crt* *.dbx* *.dll* *.dot* *.e x e* *.eml* *.exe* *.hlp* *.hqx* *.hta* *.htm* *.inf* *.ins* *.isp* *.js* *.lnk* *.mdb* *.mde* *.mp3* *.mim* *.mpe* .mpg* *.msc* *.msi* *.msp* *.mst* *.nch* *.ocx* *.pcd* *.pi* *.rar* *.reg* *.scr* *.sct* *.shb**.shs* *.url* *.uu* *.uue* *.v b s* *.vb* *.vs* *.wab* *.wma* *.wmi* *.wmv* *.wsb**.wsc* *.wsf* *.wsh* *.xxe* *.zip*. (c) Any response received after the date/time specified for receipt of offers is �late�, and will not be considered. (d) Offers by telegram, telephone or facsimile will not be accepted. The subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number W9124L-21-R-0015. For example, the subject of your email should be similar to the following: ""Quote Submission by Company XXX, Solicitation W9124L-21-R-0015;"" or ""Company XXX Question Regarding Solicitation Number W9124L-21-R-0015."" File names shall not have special characters or periods (other than to identify the extension, such as .pdf, .doc, etc.) as files may be blocked and deleted by email firewalls. IT IS THE CONTRACTOR'S RESPONSIBILITY TO ENSURE COMPLETE DELIVERY OF QUESTIONS AND/OR QUOTES, AND ATTACHMENTS, IF ANY. This Request For Quote (RFQ) includes the following sections and attachments: Section 1: Commercial Item Terms and Conditions Section 2: Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items Section 1: Commercial Item Terms and Conditions The offeror must comply with the following commercial item terms and conditions: Submission requirements for all offerors are identified by Addendum for FAR Clause 52.212-1. Offeror is directed to pay special attention to FAR Clause 52.212-1 when submitting quote. The provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition (see Addendum in section 2). Offerors are reminded to complete and/or update Offeror Representations and Certifications on-line at https://www.sam.gov/portal/public/SAM/ prior to submitting an offer as required in provision 52.212-3. Section 2: Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items A. Instructions for Submitting Your Quote. 1. The Offeror quote will be evaluated using the criteria under ""Basis for Evaluation and Award."" Noncompliance with the Request for Quote (RFQ) requirements may hamper the Government's ability to properly evaluate the quote and may result in elimination of the quote from further consideration for contract award. 2. Offeror�s must identify the RFQ number W9124L-21-R-0015 in the Subject Line of the email and should include �# of #� if multiple emails are required for submission of entire quote.� Offerors are advised to submit electronic documents early and confirm successful transmission/receipt.� 3. If an Offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the Offeror shall immediately notify the KO in writing with supporting rationale. 4.� All referenced documents for this solicitation are available on the beta.SAM website at https://www.beta.sam.gov/.� Potential Offerors are encouraged to subscribe for real-time email notifications when information has been posted to the website for this solicitation. B. Quote Preparation Instructions. 1. The Offeror quote shall consist of a listing of all CLINS outlined in this combined synopsis/solicitation along with the price associated with each CLIN. 2.� The Offer.� Submit a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.� The submission of this statement will constitute the Offeror�s acceptance of the terms and conditions of the RFQ, concurrence with the Performance Work Statement, and contract type.� 3. Exceptions. Offerors are required to meet all solicitation requirements, such as terms and conditions, representations, certifications, and technical requirements.� If the Offeror finds it necessary to take exception to any of the requirements specified in this solicitation, the Offeror shall clearly identify the exceptions with a complete explanation of why the exception was taken, what benefit accrues to the Government (if any), and its impact, if any, on the performance, schedule, price, and specific requirements of the solicitation. Each exception shall be specifically related to each paragraph and/or specific part of the solicitation to which the exception is taken. Offerors are cautioned that taking an exception may render the offer ineligible for award. It is recommended that the Offeror contact the Contracting Officer immediately/prior to solicitation closing upon identifying an area that may result in an exception. 4.� This quote shall remain valid until 1 June 2021. Basis for Evaluation and Award: EVALUATION AND AWARD The Government will evaluate quotes in response to this request for quote and award a purchase order/contract to the responsible contractor whose quote conforming to this request, will be most advantageous to the Government considering technical qualifications, price, and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). The subsequent will be evaluated in the following order of importance: 1. Technical Qualifications in accordance with Paragraph 6.0 Qualifications of Performance Work Statement (PWS) attachment� 2. Price 3. Past Performance 4. Women Owned Small Business **See attachments for full Combined Synopsis to included Contract Line Items and Provisions, Wage Determination, and�Performance Work Statement.**
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/29ebcf65dd994f23b162d9f5f528ed61/view)
 
Place of Performance
Address: Fort Sill, OK 73503, USA
Zip Code: 73503
Country: USA
 
Record
SN05956892-F 20210401/210331083201 (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.