Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912DQ-19-R-1058
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional informati...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is W912DQ19R1058 and it is being issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01 (effective 20 December 2018, updated with Class Deviation 2019-O00005). This acquisition is advertised as 100% Set-Aside for Small Business. The associated North American Industry Classification System (NAICS) code is 561730 and the associated small business size standard is $7.5 million. See Section B for a list of the contract line item numbers (CLINs) including item descriptions, quantities, and units of measure to be proposed on. Section B CLINs also specify the period of performance of the required services. See Section C for the Performance Work Statement (Statement of Work) which describes requirements for the services to be acquired. See Sections E and F for the contract dates and for places of delivery and acceptance. FAR 52.212-1, Instructions to Offerors - Commercial, does apply to this acquisition with no addenda to the provision. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its proposal. This provision is included in Section K of this combined synopsis/solicitation. If the offeror has up-to-date representations and certifications in the System for Award Management (SAM) website, then this completed provision is not required to be submitted with the offeror's proposal. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, does apply to this acquisition with no addenda to the provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The specific clauses required are detailed in Section I of this combined synopsis/solicitation. See Section J for a list of the attachments. Some attachments must be completed and submitted with your proposal. See Section L for Instructions/Notice to Bidders. VENDORS INTERESTED IN RESPONDING TO THIS COMBINED SYNOPSIS / SOLICITATION MUST SUBMIT THEIR PROPOSAL ON THE ATTACHED FORMS AS INSTRUCTED WITHIN SECTION L. Any questions must be submitted by e-mail to the point of contact below. **SAM NOTARIZED LETTER PROCEDURES: An original, signed, and notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number is now required within 30 days of activation for both NEW SAM.gov entity registrations and EXISTING entity updates or renewals. Failure to do so within 30 days of activation may result in the registration no longer being active. The notarized letters MUST BE POSTAL SERVICE MAILED (not emailed or faxed) to the "FEDERAL SERVICE DESK" and must contain the information outlined in the "instructions for domestic entities" or "instructions for international entities" located at https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update-updated-july-11-2018. Templates for appointing an Entity Administrator are included within the respective instructions. Contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/SAM/ or by calling (866) 606-8220. If you have questions about Government procurements in general or need assistance in the preparation of your proposal, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org/. The due date for the receipt of proposals is: 15 MAY 2019 by 2:00 PM CENTRAL TIME. The due date for the receipt of questions in regards to this combined synopsis/solicitation is four (4) calendar days prior to the proposals due date shown above. Proposals must be received electronically at Cynthia.A.Clark@usace.army.mil. Adobe (.pdf) or Microsoft Word (.doc) are acceptable formats for submitting proposals. The electronic file must be under 8MB total to ensure it can be received by e-mail. If you are having any issues submitting your proposal, please contact Cindy Clark as soon as possible. The Government reserves the right to cancel this combined synopsis/solicitation. Any questions should be sent to Cindy Clark at 816-389-3639 or at the email above.