SOLICITATION NOTICE
Z -- Repair Industrial Wastewater Sewer System
- Notice Date
- 8/1/2024 11:59:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- W7NR USPFO ACTIVITY NYANG 105 NEWBURGH NY 12550-5042 USA
- ZIP Code
- 12550-5042
- Solicitation Number
- W50S8D24Q10V1
- Response Due
- 8/21/2024 11:00:00 AM
- Archive Date
- 09/05/2024
- Point of Contact
- Joseph Kugler, Phone: 8455632831, Kevin Fenner, Phone: 8455632832
- E-Mail Address
-
joseph.kugler.1@us.af.mil, kevin.fenner.1@us.af.mil
(joseph.kugler.1@us.af.mil, kevin.fenner.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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. Solicitation�W50S8D24Q10V1 is being issued as a Request for Quote (RFQ). Incorporated provisions and clauses are those in�effect through Federal Acquisition Circular 2024-05. This acquisition is being solicited as a total small business set-aside.��The North American Industry Classification System (NAICS) code is 237110 with a small business size standard�of $45 million. Only one (1) award will be made as a result of this combined synopsis/solicitation. The 105th Airlift�Wing is seeking services to perform repairs to the industrial wastewater sewer system in accordance with the�attached Performance Work Statement (PWS). CLIN 0001 Repair Manholes. CLIN 0002 Pipe System Investigation CLIN 0003 (Option) Pipe System Repair The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price (ii) Technical Capability Evaluation of price will be�performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the�Government will determine whether the price is reasonable, complete and not unbalanced.� Quotes must include cutsheet product information on the proposed polyurea lining material to allow the government to determine technical merit.� This may include descriptive product literature, technical information, spec sheets, etc., which clearly indicates the products offered meet the Government's minimum requirements.� Quotes must also include the submission of proof of certification as a certified installer on the polyurea material proposed. �Failure to provide this information will render the quote non-responsive and will be removed from further award consideration.� Award will be made to the lowest priced quote that provides sufficient explanation/documentation to demonstrate their ability to conform to the requirements of the PWS.� Wage Determination�No. 2015-4159, Revision 26 dated 07/22/2024 applies to this procurement. Quotes are due no later than 2:00 PM EST, 21 August 2024. If there are any questions regarding this requirement, please contact Mr. Joseph Kugler by�email: joseph.kugler.1@us.af.mil.� All interested offerors must be registered in the System for Award Management�(SAM) before an award can be made.� To register with SAM, log on to https://www.sam.gov. Site Visit: A site visit is scheduled for 15 August 2024 at 10:00 AM EST.� This conference will be held at the Civil Engineering Building 207 at the 105th Airlift Wing, Stewart ANGB, One Maguire Way, Newburgh, NY 12550-5075.� Interested contractors are highly encouraged to attend.� Due to security conditions, all offerors must register to attend this site visit. Email the following information for all attendees to Joseph Kugler at joseph.kugler.1@us.af.mil no later than 5 business days prior to the meeting: Firm Name and Telephone Number Visitor's Full Name (Last, First, Middle) Visitor�s Drivers License and State of Issuance Visitor�s Date of Birth Visitor�s Citizenship The following provisions/clauses are applicable to this procurement: FAR 52.203-18 Prohibition on Contracting with�Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation; FAR 52.203-19�Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; FAR�52.204-7 System for Award Management; FAR 52.204-16 Commercial and Government Entity Code Reporting;�52.204-22 Alternative Line Item Proposal; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and�Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation�Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.204-25 Prohibition on�Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered�Telecommunications Equipment or Services- Representation; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions�Required To Implement Statutes Or Executive Orders; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR�52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-41 Service Contract�Labor Standards; 52.222-50 Combating Trafficking in Persons; FAR 52.222-55 Minimum Wages for Contractor Workers�Under Executive Order 14026; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by�Electronic Funds Transfer-System for Award Management; FAR 52.232-40 Providing Accelerated Payments to Small�Business Subcontractors; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract�Claim; FAR 52.237-1 Site Visit; FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements�Relating to Compensation of Former DoD Officials; DFARS 252.203-7005 Representation Relating to Compensation of�Former DoD Officials; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7011 Alternative Line Item Structure; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013); DFARS 252.204-7015 Notice of�Authorized Disclosure of Information for Litigation Support; DFARS 252.204-7016 Covered Defense�Telecommunications Equipment or Services-Representation; DFARS 252.204-7017 Prohibition on the Acquisition of�Covered Defense Telecommunications Equipment or Services-Representation; DFARS 252.204-7018 Prohibition on�the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.204-7024�Notice on the Use of the Supplier Performance Risk System; DFARS 252.225-7031 Secondary Arab�Boycott of Israel; DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous�Region�Representation; DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur�Autonomous Region; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies�on Contract Payments; DFARS 252.244-7000 Subcontracts for Commercial Items; Full text clauses may be accessed�electronically at https://www.acquisition.gov/. 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). 52.217-7 Option for Increased Quantity-Separately Priced Line Item The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 3 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9022af0fceea40d486e4ae8174ef7a29/view)
- Place of Performance
- Address: Newburgh, NY 12550, USA
- Zip Code: 12550
- Country: USA
- Zip Code: 12550
- Record
- SN07152671-F 20240803/240801230148 (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 |