SOLICITATION NOTICE
Z -- FEMA Region 9 12th Floor Copier Area Millwork
- Notice Date
- 5/26/2021 8:08:06 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- REGION 9: EMERGENCY PREPAREDNESS AN SAN FRANCISCO CA 94107 USA
- ZIP Code
- 94107
- Solicitation Number
- 70FBR921Q00000032
- Response Due
- 6/4/2021 8:00:00 AM
- Archive Date
- 06/19/2021
- Point of Contact
- Ameka Ali
- E-Mail Address
-
Ameka.Ali@fema.dhs.gov
(Ameka.Ali@fema.dhs.gov)
- Description
- The Federal Emergency Management Agency (FEMA) is considering the issuance of a firm fixed price purchase order for millwork services on the12th floor at the Region IX Office located at 1111 Broadway, Suite 1200, Oakland, CA 94607. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. FEMA is issuing a written solicitation in accordance with FAR Subparts 13.106-1 and Subpart 12.6. The associated North American Industrial Classification System (NAICS) code for this procurement is 236220 � Commercial and Institutional Building Construction. The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for handyman services and the following wage determination shall be applicable to the resulting purchase order: Wage Determination No.: 2015-5623 (Rev.-13) This action is a small business set-aside for vendors residing in or primarily doing business in the state of California. ____________________________________________________________________________ Description of Requested Items/CLIN Structure Purpose The Department of Homeland Security, Federal Emergency Management Agency (FEMA) requires that the contractor shall provide all products and services for the requested millwork services during work hours Monday through Friday 8am to 4pm. Any work performed outside the regular business hours shall be approved by the CO and coordinated with the onsite point of contact. Quote Submission Instructions Responses to this Request for Quote shall be emailed to amek.ali@fema.dhs.gov no later than 8:00 am PST, on Friday, May 28, 2021. Questions regarding this solicitation shall be e-mailed to ameka.ali@fema.dhs.gov; which are due by 8:00 am PST, Wednesday, May 26, 2021, Questions received after this time may not be considered. Electronic submission of your quote is due no later than 8am PST, on Friday, May 28, 2021. Please contact� to coordinate the Robert.Baggett@fema.dhs.gov to coordinate a site visit at FEMA Region 9, 1111 Broadway, Suite 1200, Oakland, CA 94607. Due to COVID 19 our office is minimally staffed. When visiting we ask that you and your employees please wear a mask. This solicitation requires an active registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. All quote submissions must include the following information on a quote submission cover letter. � Tax Identification Number Dun & Bradstreet Number (DUNS) Authorized Representative Contact Name Contact Email Address Contact Telephone and Fax Number Complete business mailing address Deliverables ____________________________________________________________________________ � Evaluation Factors The vendor shall provide a response and pricing chart in accordance with all requirements of the statement of work, and the staff title along with the hourly rate in accordance with the wage rate determination form. � Factor 1. Service Availability The contractor shall provide their earliest availability start date for completion of the requested services, and whether compliance with the 24-hour service request call response is possible Factor 2. Price The Contractor shall provide a pricing spreadsheet inclusive of labor hourly rates in accordance with the attached wage rate determination form, fees for supplies and materials, and/or any additional items as necessary. Factor 3. Past Performance The Contractor shall provide 3 references which demonstrates work similar in size, scope, and complexity to this requirement. ____________________________________________________________________________________ � 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.� III.� 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.� � � Invoices: Invoices will be paid NET 15 days or sooner after receipt form the Contractor of a proper invoice. � 6) Contractor shall disclose any filings for bankruptcy, fines levied by governmental agencies, or legal proceeding against any participating organization, employees, corporate officer, or entity that might have a material effect on the contractor ability to implement the proposed project, as required by FAR 52.209-5 or 52.212-3, Certification Regarding Responsibility Matters
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f8151c5844e547358a812511a201737e/view)
- Place of Performance
- Address: Oakland, CA 94607, USA
- Zip Code: 94607
- Country: USA
- Zip Code: 94607
- Record
- SN06013699-F 20210528/210526230115 (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 |