Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

54 -- Amendment 0002- Purchase and Installation of Rolling Doors at Commissary (Building 689) Fort Buchanan Puerto Rico

Notice Date
5/25/2023 7:48:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
W6QM MICC-FORT BUCHANAN (RC) FORT BUCHANAN PR 00934-4572 USA
 
ZIP Code
00934-4572
 
Solicitation Number
W912C323Q011A
 
Response Due
6/23/2023 7:00:00 AM
 
Archive Date
07/08/2023
 
Point of Contact
Maria Otero, Phone: 7877073985, Carla Rosario, Phone: 7877074528
 
E-Mail Address
maria.d.otero4.civ@army.mil, carla.m.rosario-rivera.civ@army.mil
(maria.d.otero4.civ@army.mil, carla.m.rosario-rivera.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0002 - The purpose of this amendment is as follows: a. Extend the date and time for receipt of quotes to 23 Jun 2023; 10:00AM Puerto Rico in order to properly answer questions submitted by Vendors. b. All other terms and conditions remain unchanged.� -------------------------------------------------------------------------------------- AMENDMENT 0001 - The purpose of this amendment is as follows: a. Extend the date and time for receipt of quotes to 26 May 2023; 2:00PM Puerto Rico.� b. Incorporate Site Visit scheduled for 19 May 2023; 9:00 am. (See information to be provided) See� All information in Amendment 0001 attachment herein. See Rolling Door photo ----------------------------------------------------------------------------------------------------------------------------------------------------------------------------- COMBINED SYNOPSIS � SOLICITATION FOR COMMERCIAL ITEMS REQUIREMENT NUMBER: W912C323Q011A DESCRIPTION: Purchase and Installation of Rolling Doors at Commissary (Building 689) Fort Buchanan Puerto Rico. This is a combined synopsis/solicitation for commercial items prepared in accordance with format in Federal Acquisition Regulation (FAR) subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items, �as supplement with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. All Quotes/Offers shall be submitted: Via email to the Contract Specialist, Maria Otero at: maria.d.otero4.civ@army.mil and Contracting Officer, Carla Rosario at: carla.m.rosario-rivera.civ@army.mil no later than Quotes Due Date: 12 May 2023; 2:00 PM local Puerto Rico time Quotes need to reference: W912C323Q011A, Purchase and Installation of Rolling Doors at Commissary (Building 689) Fort Buchanan Puerto Rico Questions/Clarifications- Submit no later than 5 May; 10:00 am, local PR Time: For Questions or clarifications and/or additional information concerning the contract requirements and/or purchase description, submit a written Request for Information via email to the Contract Specialists Maria Otero at: maria.d.otero4.civ@army.mil and Contracting Officer, Carla Rosario at: carla.m.rosario-rivera.civ@army.mil This solicitation issued as 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this procurement is: 332321�- Metal Window and Door Manufacturing. PSC is: 5450 Miscellaneous Prefabricated Structures The applicable small business size standard is: 750 employees. Vendors, please ensure the NAICS appears in your SAM registration prior to submission of your quote. Description: The contractor shall provide labor, materials, equipment, permits and all necessary to Provide and Install three (3) Rolling Doors at the Commissary (Building 689), Fort Buchanan, Puerto Rico. The purpose of the effort is to replace Three (3ea.) 8�-0�x10�-0� damage sectional high lift (Rolling) doors at the Commissary warehouse area. DESCRIPTION OF ITEMS: Line Item / Description 0001 /�Contractor to provide labor, material, supervision, equipment, insurance, delivery and all necessary to provide and install Three (3) 8�-0�x10�-0� damage sectional high lift (Rolling) doors at the Commissary warehouse area in accordance with the Scope, terms and conditions, codes and regulations. See Spreadsheet and Purchase Description attached: Prices shall be all inclusive of all prices (Delivery to Fort Buchanan, Warranty, etc.) and all required. Documentation provided by quote shall indicate all included to meet the requirement. Delivery: FOB Destination � Fort Buchanan, Puerto Rico Place of Performance/Delivery: DECA Commissary, Building 689 Fort Buchanan Puerto Rico 00934 PERIOD OF PERFORMANCE: COMPLETE ALL PURCHASE, INSTALLATION AND ALL WORK WITHIN 100 CALENDAR DAYS AFTER AWARD The following FAR Provisions and clauses cited in https://www.acquisition.gov are applicable to this SOLICITATION AND INCORPORATED BY REFERENCE. FAR 52.252-1 -SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998): WEBSITE:�HTTPS://WWW.ACQUISITION.GOV FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE, FOR THE EXTENDED DESCRIPTION HERE IS THE WEBSITE: HTTPS://WWW.ACQUISITION.GOV/ FAR 52.212-1�INSTRUCTIONS TO OFFERORS�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) OFFEROR MUST COMPLETE ANNUAL REPRESENTATIONS AND CERTIFICATION ELECTRONICALLY VIA SYSTEMS FOR AWARD MANAGEMENT (SAM) WEBSITE LOCATED AT: HTTPS://WWW.SAM.GOV/PORTAL IN ACCORDANCE WITH FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) FAR 52.209-11, REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) FAR 52.211-6 BRAND NAME OR EQUAL IS APPLICABLE TO THIS ACQUISITION. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021). THE FOLLOWING ADDENDA ARE MADE TO THIS CLAUSE. PARAGRAPH (A) (Q) INSPECTION/ACCEPTANCE IS ADDED TO READ: THE CONTRACTOR SHALL USE THE WIDEAREAWORKFLOW WEBPAGE AT HTTPS://WAWF.EB.MIL/INDEX.HTML TO SUBMIT INVOICES FOR ACCEPTANCE. FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION (JULY 2013), THE OFFEROR MUST BE REGISTERED IN SAM AND FULLY INPUT THEIR REPRESENTATIONS AND CERTIFICATIONS FOR A COMPLETE RECORD. INFORMATION CAN BE FOUND AT HTTP://WWW.SAM.GOV OR BY CALLING 866-606-8220, OR 334-206-7828 FOR INTERNATIONAL CALLS. FAR 52.204-13 - SYSTEM FOR AWARD MANAGEMENT MAINTENANCE FAR 52.204-9, PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL FAR 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS; FAR 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) FAR 52.204-17, OWNERSHIP OR CONTROL OF OFFEROR (AUG 2020) FAR 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) FAR 52.204-19, INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 52.204-20, PREDECESSOR OF OFFEROR (AUG 2020) FAR 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) FAR 52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) FAR 52.219-1, SMALL BUSINESS PROGRAM REPRESENTATIONS (SEP 2021) FAR 52.222-22, PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) FAR 52.222-41, SERVICE CONTRACT ACT; 52.237-2, PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT AND VEGETATION FAR 52.223-6, DRUG-FREE WORKPLACE (MAY 2001) FAR 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020) FAR 52.225-25, PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN�REPRESENTATION AND CERTIFICATIONS (JUN 2020) FAR 52.232-23 ALT1, ASSIGNMENT OF CLAIMS (APR 1984) FAR 52.232-39, UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) FAR 52.233-1, DISPUTES (MAY 2014) DFARS 252.201-7000, CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) DFARS 252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS DFARS 252.203-7003, AGENCY OFFICE OF THE INSPECTOR GENERAL (AUG 2019) DFARS 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT �(APR1992) DFARS 252.204-7004, LEVEL I ANTITERRORISM AWARENESS TRAINING FOR CONTRACTORS (FEB 2019) DFARS 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL DFARS 252.204-7015, NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) DFARS 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) DFARS 252.204-7017, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (MAY 2021) DFARS 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) DFARS 252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (MAR 2022) DFARS 252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (MAR 2022) DFARS 252.223-7006, PROHIBITION ON STORAGE AND DISPOSAL OF TOXIC AND HAZARDOUS MATERIALS DFARS 252.225-7000, BUY AMERICAN�BALANCE OF PAYMENTS PROGRAM CERTIFICATE�BASIC (NOV 2014) DFARS 252.225-7001, BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM�BASIC (JUN 2022) DFARS 252.225-7048, EXPORT CONTROLLED ITEMS (JUNE 2013) DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) DFARS252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.243-7001, PRICING OF CONTRACT MODIFICATIONS DFARS 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (DOD CONTRACTS) (JAN 2021) ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS PARAGRAPHS (a)(i)(Q), AND (T) ARE HEREBY MODIFIED/ADDED FROM/TO THE REFERENCED CLAUSE (A) INSPECTION/ACCEPTANCE: INSPECTION AND ACCEPTANCE SHALL BE PERFORMED AT THE LOCATION SPECIFIED IN THE SOLICITATION (I) PAYMENT: WIDE AREA WORKFLOW (WAWF) PROGRAM 252.232-7006 Wide Area Work Flow Payment Instructions. WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a) Definitions. As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area Work Flow (WAWF).�Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall�(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1)�Document type. The Contractor shall submit payment requests using the following document type(s):(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.(ii) For fixed price line items� (A)That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. Contract Type: DOD Contract (FAR) Invoice Type: COMBO (iii) For customary progress payments based on costs incurred, submit a progress payment request.(iv) For performance based payments, submit a performance based payment request.(v) For commercial item financing, submit a commercial item financing request.(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.[Note: The Contractor may use a WAWF �combo� document type to create some combinations of invoice and receiving report in one step.](3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. (Field Name in WAWF and Data to be entered in WAWF)�������� Pay Official DODAAC � HQ0490 Issued byDODAAC � W912C3 Admin DoDAAC W912C3 Inspect By DoDAAC: WF3HB0 Ship To Code (DODAAC): WF3HB0 Service Approver DODAAC: WF3HB0 Service Acceptor DODAAC: WF3HB0 Other DODAAC(s): Contracting Officer: WF3HB0 (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. The following email addresses will be required to specifically alert the individuals responsible for reviewing and/or approving your WAWF documents: ACCEPTOR: TBD Contracting Officer: Carla Rosario: carla.m.rosario-rivera.civ@army.mil Contract Specialist: Maria Otero, maria.d.otero4.civ@army.mil This requirement consists of the following Items: � SEE PRICE/COST SCHEDULE AND PURCHASE DESCRIPTION PRICING SHOULD BE CONSIDERED FOB DESTINATION NEW EQUIPMENT ONLY; NO REMANUFACTURED OR �GRAY MARKET� ITEMS ALL ITEMS MUST BE COVERED BY THE MANUFACTURER�S WARRANTY BASIS OF AWARD: FAR 52.212-2 EVALUATION � COMMERCIAL ITEMS: FAR PROVISION 52.212-2 Applies to this solicitation. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair and reasonable will be selected. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. TO BE CONSIDERED FOR AWARD EACH OFFEROR SHALL PROVIDE WITH THEIR SUBMITTED QUOTE/OFFER: Ensure Pricing is included considering all required to provide the 3 Rolling doors and installation. A signed copy of any Amendments issued. MEET ALL REQUIREMENTS IN ACCORDANCE WITH THE SOLICITATION /PURCHASE DESCRIPTION/BASIS OF AWARD. In addition, Vendors shall have an active registrations in SAM to include Representations and Certifications FAR 52.204-26 completed indicating �Does Not� in each area (2 areas). Please add: Vendor Tax Identification: ������������������������������ �Vendor Cage Code: ��������������������������������������������������������� See Spreadsheet and Purchase Description attached:
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/12094e35648d420b945f958a9d97a87c/view)
 
Place of Performance
Address: Fort Buchanan, PR 00934, USA
Zip Code: 00934
Country: USA
 
Record
SN06694999-F 20230527/230525230115 (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  © 1994-2020, Loren Data Corp.