Unit Storage Room Security Caging
This combined synopsis/solicitation, W911YP19R0016, is being issued as a small business set-aside Request for Quotation. Northern America Industry Classification System Code (NAICS) is 238290, Other B... This combined synopsis/solicitation, W911YP19R0016, is being issued as a small business set-aside Request for Quotation. Northern America Industry Classification System Code (NAICS) is 238290, Other Building Equipment Contractors. The size standard is $15.0 million. The Utah Army National Guard has a requirement for physical security unit storage room caging. The contract type for this procurement will be a firm-fixed price contract. Specifications: The storage room caging shall consist of panels of 10g wire, 1in x 2in welded mesh or woven wire welded into an angle frame of 1 ¼ x 1 ¼ x 10 angle and will be welded approximately every 8 inches. Panels 3 to 6 feet wide receive ¾ in flat stiffener; wider panels receive 2 stiffeners dividing the panel in equal sections. All panels shall be fastened to posts by using ¼ x 2 ¾ cadmium tamper proof bolts and nuts. Cage walls will extend to the ceiling and there are rafters. The distance to the rafters is 10ft 2in and the distance to the ceiling is 12ft 2in. The caging shall have sliding doors with frames 1 ¼ inch x 1 ¼ inch x 3/16 inch angle with 2 inch x 1 inch x 10 gauge rectangular steel mesh. Each door and frame will have best lock keyed doors. The doors shall be supported with 2 sets of trolleys in a 2 inch x 2 /2 inch track x 14 gauge. The doors shall be equipped with stoppers hasps and guides. Posts shall be 2 x 2 x 14g square tubular steel welded to a base plate 2 x 6 x ¼ using two 2 ¾ x 3/8 tamper proof anchor bolts. Caging will make up several separate spaces. Three spaces will be approximately 12ft x 16ft. And one additional space will be approximately 16ft x 16ft. All spaces will be joined in a contiguous fashion. Evaluations Factors: Award will be made on the basis of best value. Price will be the secondary consideration. Primary to price will be the quality of material and components and design. The Government reserves the right to award to other than lowest quote if the lowest quote does not best demonstrate the characteristics or qualifications to meet the requirement. All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. Quotes must include CAGE/DUNS number, federal tax number and company's point of contact information. A site visit occured 9:00am on 23 May 2019 at the Draper Utah National Guard headquarters facility. An additional site visit will be scheduled if there is a need. This award will be made without discussion; therefore, it is highly recommended that vendors submitting a quote have representation in attendance at a site visit. Provide your submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than 9am (Mountain) 15 July 2019. All submissions should be sent via email to: otha.b.henderson.mil@mail.mil. Facsimiles are not acceptable. Question regarding this requirement must be submitted via email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov . Failure to provide SAM registration may result in your quote being disqualified from consideration. The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 Alt 1 - restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontracting Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-37 - Employment Reports on Special Disabled Veterans FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-43 - Fair Labor Standards Act and Service Contracts Act Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 - Combating trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form) FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Required Central Contractor Registration DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liabilit of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/ . IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award. Prospective vendors should visit the SAM website at http://www.sam.gov/start.aspx to register. Rafter details: See attached photos for rafter details. An additional site visit is scheduled for 9 July 2019 at 09:00am. Contact the UTARNG via the email provided previously to let us know you are planning on attending. Vendors are highly encouraged to attend. This award will be made without discussion and errors in the proposal will not be afforded the time for correction. Any vendor who has already attended a site visit need to attend an additional one, nor are the required to submit and additional proposal. Proposals shall be based on information currently published in this solicitation and based on the site visit. This will be the final extension and amendment of this solicitation. Final proposals are due by 15 July 2019.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »