Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2024 SAM #8403
SOLICITATION NOTICE

72 -- CRREL Flooring Repair Services

Notice Date
11/27/2024 1:27:26 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W913E525Q1412
 
Response Due
12/13/2024 10:00:00 AM
 
Archive Date
12/28/2024
 
Point of Contact
Anna Crawford, LaShanda Areghan
 
E-Mail Address
Anna.Crawford@usace.army.mil, lashanda.d.areghan@usace.army.mil
(Anna.Crawford@usace.army.mil, lashanda.d.areghan@usace.army.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. Requisition Number W913E525Q1412 is being issued as a request for quote (RFQ) with intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2023-02. This requirement is 100% set aside for small business concerns under North American Industry Classification System (NAICS) 238330 with a Small Business Size Standard of $19.0 mil. REQUIREMENT The USACE Cold Regions Research Engineer Laboratory (CRREL) in Hanover, NH has a requirement for Flooring Repair Services. The Contractor shall furnish all labor, equipment, supplies and materials necessary for completion at the Cold Regions Research Engineer Laboratory (CRREL) in Hanover, NH. Please see attached Statement of Work (SOW). BIDDING SCHEDULE: Line SUPPLIES/SERVICES QUANTITY Unit UNIT PRICE AMOUNT 1 CRREL Flooring Repair 1 Job TOTAL Contractor:________________________________________ Contractor Signature:__________________________________________ Prices must include any shipping, FOB Destination. This award will be made based on lowest price technically acceptable with the standard being meets all requirements. The Offeror is responsible for reading all information contained in this solicitation and all attachments, if any, posted with it. Offerors should check the www.SAM.gov website often for any information regarding this solicitation and/or amendments to this solicitation. Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov. FAR Provision 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. FAR Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Offerors must include a completed copy of FAR Provision 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Supplement to FAR 52.212-5: The following FAR clauses are applicable to this acquisition: 52.222-3, 52.219-6, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. FAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011) Supplement to FAR 252.212-7001: The following FAR clauses are applicable to this acquisition: 252.225-7001, 252.232-7003. FAR Clause 52.204-7, Central Contractor Registration FAR Clause 52.204-99, System for Award Management Registration FAR Clause 52.247-34, F.O.B. Destination The following additional FAR clauses and provisions are incorporated by reference and apply to this combined synopsis/solicitation: 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns; 52.222-50 Combating Trafficking In Persons; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004); 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation Of Supplies By Sea The following additional FAR clauses and provisions are incorporated by full text and apply to this combined synopsis/solicitation: 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.204-7011 Alternative Line-Item Structure; 252.211-7003 Item Identification And Valuation Questions must be received no later than 11 December 2024 by 12:00PM Central Standard Time. All questions must be sent to Anna Crawford via email at Anna.Crawford@usace.army.mil and lashanda.d.areghan@usace.army.mil. Quotes are due 13 December 2024 by 12:00 PM (Central Time Zone): Quotes will be accepted by email only to: Anna.Crawford@usace.army.mil and lashanda.d.areghan@usace.army.mil. For information concerning this solicitation contact Anna Crawford and LaShanda Areghan via email at the above email addresses. The Government intends to award without discussions IAW FAR 52.215-1; however, the Government reserves the right to open and conduct discussions if it deems them to be necessary. Therefore, Offerors are advised to submit proposals that are fully and clearly acceptable without additional information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/96c51c85f37041ebb9f5884da221f1da/view)
 
Place of Performance
Address: Hanover, NH, USA
Country: USA
 
Record
SN07277375-F 20241129/241127230109 (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.