Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2024 SAM #8352
MODIFICATION

S -- Base Operations Support Services - Fort Hamilton, NY

Notice Date
10/7/2024 11:14:20 AM
 
Notice Type
Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-25-R-5001
 
Response Due
11/14/2024 11:00:00 AM
 
Archive Date
11/29/2024
 
Point of Contact
Mitchell E Douglas, Jeffrey L. Zeichner
 
E-Mail Address
mitchell.e.douglas.civ@army.mil, jeffrey.L.zeichner.civ@army.mil
(mitchell.e.douglas.civ@army.mil, jeffrey.L.zeichner.civ@army.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
***The response date of this solicitation notice shall be updated to 14 November 2024 no later than 2:00PM EST. An amendment to solicitation W15QKN-25-R-5001 will be posted on or around 15 October 2024.*** INSTRUCTINOS TO OFFERORS SECTION L - INSTRUCTIONS TO OFFERORS THIS IS TO BE COMPETED AS A 100% HUBZONE SMALL BUSINESS SET ASIDE THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS 1. The United States Army Contracting Command � New Jersey (ACC-NJ) on behalf of the United States Army Garrison (USAG) Fort Hamilton, Directorate of Public Works (DPW), has a requirement to procure Base Operations Support Services at Fort Hamilton located in Brooklyn, New York. 2. The Government intends to award a single, non-commercial Firm Fixed Price (FFP) Contract with Cost Reimbursable (CR) line items for Equipment and Project Work (no fee) hybrid type contract. The anticipated period of performance for this effort shall be one 1-month Phase-In period and 11-month base period, and four (4) 12- month option periods. 3. The proposal shall be presented in sufficient detail to allow the Government proper evaluation of the response to requirements outline in this solicitation. The Government will not assume the offeror possesses any capability, understanding, or commitment not specified in their proposal. 4. All questions shall be in writing and emailed to the Contract Specialist, Mitchell Douglas, at mitchell.e.douglas.civ@army.mil AND the Contracting Officer, Jeffrey L Zeichner, at jeffrey.l.zeichner.civ@army.mil. All questions shall be submitted as specified herein no later than 28 October 2024 by 4:00PM EST. 5. It is the offeror�s responsibility that all responses submitted, regardless of method of submission, are received in this office prior to the time and date for receipt of the offer. Proposals are due no later than the date and time listed in Block 9 and shall be submitted via email to the Contract Specialist at mitchell.e.douglas.civ@army.mil and the Contracting Officer jeffrey.l.zeichner.civ@army.mil. 6. All services shall be performed in accordance with (IAW) all Performance Work Statements (PWSs). 7. All offers shall remain valid for 120 calendar days. 8. A site visit has been scheduled for 22 October 2024 at 11:00AM EST. Please contact Carolyn Pilagonia at carolyn.pilagonia.civ@army.mil or (718) 630-4147 to confirm your attendance and for additional information. Please note, the site visit is limited to three guests per company. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 9. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive Department of Defense contract awards. If you need to register in SAM, please visit https://www.SAM.gov. 10. Unique Entity Identification #:______________________________ 11. CAGE Code:______________________________ 12. Federal Tax ID (TIN)#:_______________________________ 13. Multiple proposals will not be accepted. 14. The Government maintains a tax-exempt status. In accordance with Federal Acquisition Regulation (FAR) 15.402 and 15.403-1, certified cost or pricing data are not required based on the fact that adequate competition is expected for this procurement. Information other than certified cost or pricing data may be provided in contractor format providing that sufficient information is made available. Information submitted shall be prepared following the instruction in FAR 15.403-5. If after receipt of proposals the Contracting Officer determines that there is insufficient information available to determine price reasonableness and none of the exceptions at FAR 15.403-1 apply, the Offeror may be required to submit cost or pricing data. 15. Single Offer Received � In the event that adequate competition is not obtained (i.e. single responsible Offeror, the Contracting Officer will incorporate FAR 52.215-20 entitled, �Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data,� into the solicitation. The Contracting Officer shall obtain additional cost or pricing data, if needed, to determine a fair and reasonable price. If the acquisition exceeds the certified cost or pricing data threshold and an exception to the requirement for certified cost or pricing data at FAR 15.403-1(b)(2) through (5) does not apply, the cost or pricing data shall be certified and the contracting officer shall request a Certificate of Current Cost or Pricing Data, IAW DFARS 215.371-3. If the offered price can still not be determined fair and reasonable, the contracting officer shall enter into negotiations with the offeror to establish a fair and reasonable price. The negotiated price should not exceed the offered price 16. The Offerors shall submit a signed SF33 (pg.1, Block 17. Signature of Offeror/Contractor). The Offeror is required to complete blocks 15a, 15b, 15c, 16, 17, and 18 of the SF33, and complete Section B for all CLINs to include all fill-ins required to be completed and provide a completed Price Matrix. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation. 17. The Offeror shall provide proof of VALID Certificate of Insurance IAW FAR 52.228-5 �Insurance�Work on a Government Installation� and �Required Insurance�.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d133aefa18df48c8b25f974f66df5933/view)
 
Place of Performance
Address: Brooklyn, NY 11252, USA
Zip Code: 11252
Country: USA
 
Record
SN07234594-F 20241009/241007230104 (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.