SOLICITATION NOTICE
M -- Airshow Traffic Management Planning and Execution
- Notice Date
- 4/23/2025 4:19:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- COMMANDING OFFICER MCBH KANEOHE BAY HI 96863 USA
- ZIP Code
- 96863
- Solicitation Number
- M0031825Q0027
- Response Due
- 5/16/2025 7:00:00 PM
- Archive Date
- 05/31/2025
- Point of Contact
- Sgt Gonzalez, Eduard, Phone: 8084965716, Capt Dylan Globerman, Phone: 8084964368
- E-Mail Address
-
eduard.gonzalez@usmc.mil, dylan.globerman@usmc.mil
(eduard.gonzalez@usmc.mil, dylan.globerman@usmc.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. GENERAL INTENTION. Marine Corps Base Hawaii (MCBH) is issuing a Request for Quote (RFQ) for parking management planning and execution services. 2. PROCUREMENT APPROACH. This commercial procurement is being conducted under FAR Part 13. Vendors shall submit only one (1) quote in response to this RFQ. Therefore, the Vendor�s submission should demonstrate the optimal capability in response to the requirements. Quotes for the supplies shall be electronically submitted via email to Sergeant Eduard Gonzalez at eduard.gonzalez@usmc.mil by 4:00 p.m. HAWAII STANDARD TIME (HST), 16 May 2025. Quotes submitted by any other means will not be accepted. For quotes sent electronically (E-mail), vendors should verify that their proposals are received prior to the date and time specified. 3. All questions shall be submitted, in writing via e-mail, to Sergeant Eduard Gonzalez at eduard.gonzalez@usmc.mil by 4:00 PM Hawaii Standard Time, 2 May 2025. The Government does not anticipate extending the due date for receipt of quotations, therefore, review the RFQ and these instructions thoroughly so all of your concerns/questions can be addressed. The vendor is reminded that the Government reserves the right to award this effort based on the initial quote, as received, without discussions. 4. GENERAL INSTRUCTIONS: a. The selection of a source for award purposes will be conducted utilizing simplified acquisition procedures as delineated in FAR Part 13.106-2, Evaluation of Offers. Offers will be evaluated using the criteria under addendum to 52.212-2, �Evaluation � Commercial Items.� b. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received c. In accordance with FAR Subpart 4.8 Government Contract Files, the Government will retain one copy of all unsuccessful offers. Unless the offeror requests otherwise, the Government will destroy extra copies of such unsuccessful offers. d. If an offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the offeror shall immediately notify the KO in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial offer, as received, without clarifications. e. All referenced documents for this solicitation are provided in the System for Award Management (SAM) Contract Opportunity Notice. f. SAM Registration: The vendor must be actively registered in SAM at the time of offer submission. Registration can be completed at https://www.sam.gov. g. The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. h. Offerors must ensure 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, is complete on SAM.gov. i. Monthly invoicing is acceptable for work completed; no other forms of contract financing is permitted in the acquisition. 5. OFFER PREPARATION INSTRUCTIONS. Vendors shall submit the following with their quotation: a. RFQ�M0031825Q0027. A completed and signed copy of the solicitation Standard Form 1449, indicating agreement to the provisions and clauses therein. Provide the unit price and extended price for all CLINs. Prices should be provided in US Dollars and subsequent contract award will be made in US Dollars. b. Technical Capability Statement. A statement that demonstrates the technical capability of the service offered to meet the Government requirements. See the FAR 52.212-2 Addendum for additional details. c. Responses to FAR provision 52.204-24 and DFARS provision 252.204-7017, if the vendor has not completed these provisions electronically at https://www.sam.gov. d. A completed Offeror Representations and Certifications (52.212-3), An offeror shall complete only paragraph (j) of FAR 52.212-3 Offeror Representations and Certifications � Commercial Items Alternate I if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certificates electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (b) through (i) of this provision. e. Completed FAR clauses 52.209-2 Prohibition on Contracting with inverted Domestic Corporations�Representations and FAR clause 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law if the vendor has not completed these provisions electronically at https://www.sam.gov. f. Acknowledgement of all solicitation amendments.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fa405fe068d948a38816d91dd89d5329/view)
- Place of Performance
- Address: MCBH Kaneohe Bay, HI 96863, USA
- Zip Code: 96863
- Country: USA
- Zip Code: 96863
- Record
- SN07418541-F 20250425/250423230049 (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 |