SOLICITATION NOTICE
Z -- Windows Replacement, Fort Devens, MA
- Notice Date
- 1/23/2025 8:52:52 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-24-Q-5171
- Response Due
- 1/29/2025 11:00:00 AM
- Archive Date
- 02/13/2025
- Point of Contact
- Nelia Shyshak
- E-Mail Address
-
nelia.shyshak.civ@army.mil
(nelia.shyshak.civ@army.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- THIS IS NOT TO BE COMPETED AS THIS IS A SOLE SOURCE REQUIREMENT THROUGH THE 8(a) PROGRAM 1. The United States Army Contracting Command - New Jersey (ACC-NJ) has a requirement in support of the U.S. Army Garrison, Fort Devens Reserve Forces Training Area, Massachusetts replacement of thirty-two (32) single hung, dual pane vinyl replacement windows and materials for installation. The work to be performed includes the removal of the old units and installation of the new units in Buildings 646 and 653 on Devens RFTA, as described in the Scope of Work dated 02 January 2025, attachment 0001. 2. The North American Industry Classification System (NAICS) Code that applies to the principal nature of the acquisition is 236220 - Commercial and Institutional Building Construction with a corresponding size standard of $45.0M. 3. Period of Performance: All work shall be completed within 60 calendar days from the Notice to Proceed. 4. In accordance with FAR 36.204, �Disclosure of the Magnitude of Construction Projects,� the magnitude of this construction project is between $100,000 and $250,000. 5. This solicitation is being issued in accordance with (IAW) Section 8(a) of the Small Business Act (15 USC 637(a)(1)), the Federal Acquisition Regulation (FAR) Subpart 19.8, and the executed Partnership Agreement between the U.S. Small Business Administration (SBA) and the Department of Defense (DoD). IAW the SBA Acceptance Email dated 17 January 2025, Army Contracting Command-New Jersey (ACC-NJ) intends to enter into a Firm Fixed Price (FFP), 8(a) Direct Award with Logan Currito, LLC (CAGE 9FFX2) for the fulfilment of this requirement: Logan Currito, LLC POC: Chan Park Email: parkcm@logancurrito.com Cage Code: 9FFX2 UEI: F9YGQC1QDUJ3 SBA 8(a) Case Number: C00unB SBA 8(a) Entrance Date: 06/27/2023 SBA 8(a) Exit Date: 06/26/2032 6. Site Visit attendance is HIGHLY recommended for this requirement due to the nature of the work being performed. Prior coordination with Mr. Paul Lavoie or Mr. George Markt, is required. Please provide the Contract Specialist with the date and time of the site visit. 7. Questions shall be emailed to the Contract Specialist and the Contracting Officer. Questions must specify the section or paragraph of the solicitation for which the clarification is desired. 8. Proposals are due no later than the date and time listed in Standard Form (SF) 1442, Block 13 and shall be submitted electronically to: Contract Specialist, Nelia Shyshak, nelia.shyshak.civ@army.mil and Contracting Officer, Jasmyne Peterson, jasmyne.c.peterson.civ@army.mil. Updates to this solicitation will be done via amendments. 9. Bond Requirements: The contractor shall submit the REQUIRED Bonds via e-mail to the Contracting Officer, Jasmyne Peterson, jasmyne.c.peterson.civ@army.mil and Contract Specialist, Nelia Shyshak, Nelia.shyshak.civ@army.mil, within 10 Calendar Days of Contract Award. All raised Seals shall be shaded so clearly visible. 10. Contractor must be registered in System for Award Management (SAM) to be considered for award. To obtain information on SAM and-or to register with SAM, visit web site at https://www.sam.gov 11. The Offeror shall submit a price for each firm-fixed-price Contract Line-Item Number. 12. The Offeror is required to complete blocks 14, 15, 17, 19, 20a, 20b, and 20c of the SF1442. In doing so, the offeror accedes to the contract terms and conditions as written in the Request for Proposal. 13. Evaluation Criteria: Award will be made to an 8(a) contractor who is deemed responsive and responsible in accordance with Federal Acquisition Regulation (FAR), and whose quote conforms to the solicitation requirements. Although the Government intends to award without discussions, if the price is not determined fair and reasonable, negotiations will commence. Award will be made only after agreement has been reached on all terms and conditions, and fair market price for this requirement acquired. 14. Pricing for each CLIN shall be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price. The Government may request the Offeror provided other than certified cost or pricing data to assist in determining a fair and reasonable price IAW FAR 15.403-3. 15. Basis of Award: Award will be made only after agreement has been reached on all terms and conditions, and a fair market price for the construction requirement to be acquired. The Government reserves the right to seek additional information if required to determine fair and reasonableness. 16. The Offeror�s quote shall remain valid for 120 days. 17. It is the offeror�s responsibility that all offers submitted are received in this office prior to the time and date for receipt of the offer. 18. Attachments: - Attachment 0001: Performance Work Statement rev. 02 JAN 25 BLDG 646 - 653 Window Replacement_ Draft - Attachment 0003: W15QKN-24-Q-5171 Attachment 0003 KTR Cost Breakout Form AMENDMENT 0002 The purpose of Amendment 0002 to Solicitation W15QKN-24-Q-5171 is as follows: 1. To revise the Solicitation deadline date until 2:00PM, WEDNESDAY, 29 JANUARY 2025. 2. To include updated Attachment 0001 - Scope of Work dated 02 JANUARY 2025. 3. To update the Instructions to Offerors in response to the change in contracting party. All other terms and conditions of Solicitation W15QKN-24-Q-5171 remain unchanged and in full effect.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b2709ead7c414750bf6280bbb0dcb78f/view)
- Place of Performance
- Address: Devens, MA 01434, USA
- Zip Code: 01434
- Country: USA
- Zip Code: 01434
- Record
- SN07321176-F 20250125/250123230103 (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 |