Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2024 SAM #8290
MODIFICATION

P -- NYARNG Youngstown Demolition and Related Hazardous Materials Testing Services

Notice Date
8/6/2024 1:12:03 PM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
W7NR USPFO ACTIVITY NY ARNG LATHAM NY 12110-2224 USA
 
ZIP Code
12110-2224
 
Solicitation Number
W912PQ24Q0009
 
Response Due
8/26/2024 8:00:00 AM
 
Archive Date
09/10/2024
 
Point of Contact
Meghan Sheridan, Phone: 5187864746, Melissa Santoro, Phone: 5187864740
 
E-Mail Address
meghan.a.sheridan.civ@army.mil, melissa.santoro2.civ@army.mil
(meghan.a.sheridan.civ@army.mil, melissa.santoro2.civ@army.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
This solicitation is issued as a Request for Quote (RFQ) from the USP&FO for New York, Purchasing and Contracting Division, Latham, New York. The solicitation number is W912PQ-24-Q-0009 for an indefinite delivery/indefinite quantity (IDIQ) contract for demolition services at Youngstown Training Site in NY per the solicitation and PWS. Principle NAICS is 562910 and size standard is $25,000,000. This acquisition is utilizing procedures in FAR part 12 and FAR part 13.5 Simplified Acquisition Procedures. This requirement is set aside 100% for Service-Disabled Veteran Owned Small Businesses. 52.204-26 MUST be included with the quote, if not in sam.gov registration. SITE VISIT On 15AUG2024 at 10:00am a Site Visit will be held at Youngstown Training Site � 1525 Balmer Rd., Youngstown, NY 14131 (if using GPS use 1403 Balmer Road for entrance) ALL attendees must pre-register by sending an email to meghan.a.sheridan.civ@army.mil AND Melissa.Santoro2.civ@army.mil with the following information No later than 10am on 14AUG: Name Company Name Date of Birth License Number and state of issue Basis for Contract Award � Evaluation of Offers-Simplified Acquisition Procedures (a) In accordance with FAR 13.106 and FAR subpart 13.5, 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 shall be used to evaluate offers: All pricing must be provided for, this requirement will not be split. If something left blank quote will not be considered. Other factors-Each factor will be evaluated as Acceptable or Unacceptable: Provide a Capability statement that includes Companies Small Business status; CAGE/DUNS (must be a Service Disabled Small Business); Companies Core competency; When the proposal expires. Provide Special Qualifications: required licenses for operating heavy equipment. Provide evidence of license/certifications. License/Certification documentation shall show individual/Company identification/and date certified. The agency will first evaluate price, and then evaluate the apparent lowest-price proposal for acceptability under the two factors listed above. All two factors above shall be considered acceptable for award to be made. If the lowest price offeror is evaluated as unacceptable, the agency will then consider the acceptability of the next lowest price offer, continuing this process as necessary. Award will be made without discussions. Offeror/Quote must meet all the responsibility criteria at FAR 9.104. USE the pricing template in the solicitation. These quotes shall conform to the requirements of 52.212-1. The Government will not accept partial quotes/offers. Award will be made without discussions. Quotes are due 26AUG2024 1100 via email to melissa.santoro2.civ@army.mil and meghan.a.sheridan.civ@army.mil In order to be eligible for award, the successful offeror's System for Award Management (SAM) (https://www.sam.gov) registration must be active and includes representations and certifications. The solicitation and all amendments are on www.Sam.Gov Contracting Opportunities. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidder's mailing list. It is therefore incumbent upon any interested parties to periodically access the above Internet address in order to obtain any amendments that may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of offers may render your offer nonresponsive and result in the rejection of same. All questions on this posting and quotes must be submitted electronically via e-mail to melissa.santoro2.civ@army.mil. And meghan.a.sheridan.civ@army.mil Faxed offers or amendments will not be accepted. All dates are subject to change without notice. Failure to respond to the electronically posted RFQ and associated amendments prior to the date and time set for receipt of offers may render vendor offer non-responsive and result in rejection of the same
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4808a860c23d43b3a65ec82817b1ca2b/view)
 
Place of Performance
Address: Youngstown, NY, USA
Country: USA
 
Record
SN07157589-F 20240808/240806230115 (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.