Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W91243-22-Q-E001
See Q&A Log along with an update PWS to correct dates. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additi...
See Q&A Log along with an update PWS to correct dates. 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. W91243-22-Q-E001 is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07 Dated 10 September 2021. This is set-aside for small business with the NAICS code of 611699, $12,000,000.00. One line items: CLIN 0001: Non-personal services contract to provide Region VII SYCTE according to the PWS dated 2021.09.28, Quantity of 1 each. Period of Performance will be 18 November 2021. Location will be at 785 County Road J, Yutan, Nebraska 68073. Questions are due by October 8, 2021. Evaluation Process: Offeror quotes shall be evaluated under FAR 13.106-2(b) – Evaluation of Quotations or Offers. Therefore, the Government is not obligate to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. 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: Price Offeror will provide one quote for CLIN 0001. Ensure your representations and certifications are complete in the System for Award Management (SAM, https:/www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3. 2. Past Performance Provide three (3) references of work, similar in scope and size, with the requirement detailed in the Performance Work Statement. References must include contact information, a brief description of the work completed, and contract number (if relevant). The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. 3. Technical: The offeror’s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner. Contractor shall demonstrate their relevant experience and approach to meet all requirements stated in the Performance Work Statement. NOTE: For the purposes of evaluating relevant experience, the following definitions apply: “Relevant” is defined as similar in size, scope, and complexity of environmental equipment. 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services--Representation 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors—Commercial Items 52.212-3 Offeror Representations and Certifications—Commercial Items--Alternate I 52.212-4 Contract Terms and Conditions—Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items – Class Deviation 2018-O0021 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 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 252.204-7004 DoD Antiterrorism Awareness Training for Contractors 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.244-7000 Subcontracts for Commercial Items