Non-Personal Services To Replace UAIB Metal Door At NWS WFO Shreveport, LA, Jackson, MS And Lake Charles, LA
Please reference the attached documents (Combined Synopsis, Statement of Work, and SF18 RFQ Form) and comply with FAR Claues 52.212-2 Evaluation and 52.204-24 and 52.204-26 ***************************... Please reference the attached documents (Combined Synopsis, Statement of Work, and SF18 RFQ Form) and comply with FAR Claues 52.212-2 Evaluation and 52.204-24 and 52.204-26 ******************************* (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NW-WP4000-21-00186MWH. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 (Jul 2021) (Deviation 2020-11) (Aug 2020)(2020-05)(Apr 2020)(2017-05)(Sep 2017). (IV) This solicitation is being issued as a total small business set aside. The associated NAICS code is 238290. The small business size standard is $16.5M. (V) This combined solicitation/synopsis is for the purchase of the following commercial item(s): The purpose of this Statement of Work (SOW) is to define the Contractor required tasks necessary for completing the necessary metal door repairs, at the three WFOs. The existing doors are in need of replacement with new metal doors that are coated inside and out to prevent rust or corrosion. (VI) Description of requirements is as follows: The contractor shall replace the metal doors as specified in the attached, incorporated Statement of Word (SOW). (VII) Date(s) and place(s) of delivery, place of performance, and acceptance: FOB Destination Delivery Date: Date of award plus 180 days and the place of performance is at NOAA National Weather Service at these specific locations: Weather Forecast Office SHV (Shreveport) 5655 Hollywood Avenue Shreveport, LA 71109-7750 Weather Forecast Office JAN (Jackson) 234 Weather Service Dr. Jackson, MS 39232 Weather Forecast Office LCH (Lake Charles) 500 Airport Blvd., #115 Lake Charles, LA 70607-0669 The SCLS Wage Determinations that apply are: Shreveport, LA, Caddo County WD 2015-5191 Rev 13, last revised on 05/18/2021 and may be found at https://sam.gov/content/wage-determinations Jackson, MS, Jackson County, WD 2015-5191 Rev 13, last revised 05/18/2021 and may be found at https://sam.gov/content/wage-determinations Lake Charles, LA, Calcasieu County, WD 2015-5185 Rev 14, last revised on 05/13/2021 and may be found at https://sam.gov/content/wage-determinations (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (JUL 2021), applies to this acquisition. This is a trade-off, best value RFQ. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Enter specific Instructions below 1. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable and can be sent to marilyn.herrera@noaa.gov. 2. Contractor shall have an active registration in the System for Award Management (SAM found at www.SAM.gov) in order to provide a quote and be eligible for award. 3. Provide all evaluation criteria in accordance with FAR 52.212-2 in this package. "THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT". CAM 1352.215-72 Inquiries (APR 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO MARILYN.HERRERA@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 4:00 P.M. MDT/MST, 07/27/2021. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (IX) FAR 52.212-2, EVALUATION – COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. All factors have the same value. Paragraph (a) is hereby completed as follows. Evaluation will be based on: Technical Approach and Capability. It is the contractor’s responsibility to provide, with the quote, all necessary documentation and/or information for the Government to make a determination that the contractor is technically capable and acceptable to complete the requirements of the Statement of Work. All Bidders are strongly encouraged to make a site visit to inspect all proposed work and to acquire all necessary site information to properly prepare their Quote. Failure of the Contractor to visit the site and acquire all necessary site information to properly prepare the quote shall not be acceptable cause to justify a later request for additional costs after Contract Award. Any questions that come up at the site visit must be provided to CONTRACT SPECIALIST via email at Marilyn.Herrera@noaa.gov no later than July 27, 2021 at 4:00 p.m. MDT/MST. No questions will be answered on site. Technical Approach and Capability. The offeror's approach to performing contract requirements and its capability to successfully perform the contract will be evaluated. A contractor that has performed a site visit will be regarded with higher technical capability unless the contractor can provide a detailed technical approach write-up with their quote for the Government to consider in place of a site visit. (2) Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. Provide at least two references of similar projects as well as contact information to include contact name, emails, telephone number for those projects. (3) Price The Government intends to award a trade-off, best value, firm fixed price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
Data sourced from SAM.gov.
View Official Posting »