FENCING
Solicitation Number: 70FBR919Q00000053 Notice Type: Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for Fencing in accordance with Statement of Work, prepared in accordance ... Solicitation Number: 70FBR919Q00000053 Notice Type: Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for Fencing in accordance with Statement of Work, 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. 2. The solicitation number is 70FBR919Q00000053 and is issued as a Request for Quotation (RFQ). Under this requirement, Federal Emergency Management Agency (FEMA) intends to award a commercial, Firm Fixed Price (FFP) contract. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The applicable North American Industry Classification Standard (NAICS) code is 238990. This is set-aside for vendors in the local disaster area Saipan and Guam only. Location of Services: Koblerville Fire Station Four parking lot Saipan, MP Delivery Date: Delivery, Inspection, Acceptance and FOB Point of Contact will be provided to awardee. 5. Period of Performance The contractor shall be ramped up and ready to receive work orders within 5 days of contract award. The period of performance starts with contract award. It will be firm for (30) days, at the sole discretion of the Federal Emergency Management Agency (FEMA) the CO and COR. 6. PROVISIONS AND CLAUSES: In case of inclement weather not permitting arrival of participants, the Government reserves the right to make one adjustment to the period of performance with advance notice. All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/VFHSARA.HTM. a. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018), applies to this acquisition and is incorporated by reference. Offers may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (5) 52.226-4 - Notice of Disaster or Emergency Area Set-Aside (6) 52.226-3 - Disaster or Emergency Area Representation. (7) Terms of any express warranty; (8) Price and any discount terms; (9) "Remit to" address, if different than mailing address; (9) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (10) Acknowledgment of Solicitation Amendments; (11) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (12) Offer shall include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. (b) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. a. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is Lowest Price Technically Acceptable (LPTA) i. Technical; (2) Price. The Government intends to award a commercial purchase order resulting from this solicitation to the lowest priced, technically acceptable responsible offeror. The factors identified above will be the evaluation factors used to evaluate all offers received. i. Quotes must be specific in details and clearly identify all the government ii. Quotes must include brochures, detail specification, company name, company DUNS number, and point of contact information. iii. Offerors must provide three (3) related past performance references. a. All prospective offerors must be actively registered in the System for Awards Management (SAM) at the time of proposal submission. b. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition and is incorporated by reference. c. Offeror must provide 52.212-3, Offeror Representations and Certifications -- Commercial Items. d. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Oct 2018), apply: • 52.203-5, Covenant Against Contingent Fees • 52.203-6, Restrictions on Subcontractor Sales to the Government • 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. • 52.211-5, Material Requirements • 52.216-24, Limitation of Government Liability • 52.216-25, Contract Definitization • 52.222-50, Combating Trafficking in Persons • 52.222-3, Convict Labor • 52.222-5, Construction Wage Rate Requirements - Secondary Site of the Work (May 2014) • 52.222-6, Construction Wage Rate Requirements (Aug 2018) • 52.222-7, Withholding of Funds • 52.222-8, Payrolls and Basic Records • 52.222-9, Apprentices and Trainees • 52.222-10, Compliance with Copeland Act Requirements • 52.222-11, Subcontracts (Labor Standards) • 52.222-12, Contract Termination-Debarment • 52.222-13, Compliance with Construction Wage Rate Requirements and Related Regulations • 52.222-14, Disputes Concerning Labor Standards • 52.222-15, Certification of Eligibility • 52.222-21, Prohibition of Segregated Facilities • 52.222-26, Equal Opportunity • 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans • 52.222-36, Affirmative Action for Workers with Disabilities • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving • 523225-9 Buy American - Construction Materials (May 2014) • 52.225-11, Buy American--Construction Materials Under Trade Agreements (Oct 2016) • 52.225-13, Restrictions on Certain Foreign Purchases • 52.225-18, Place of Manufacturer • 52.232-1, Payments • 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration • 52.233-2, Service of Protest • 52.233-3, Protest after Award • 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (Apr 1994) • 52.243-1, Changes - Fixed Price • 52.244-6, Subcontracts for Commercial Items • 52.244-5, Changes and Changed Conditions (Apr 1984) e. Clauses in Full Text: 52.211-10 Commencement, Prosecution, and Completion of Work (Apr 1984) The Contractor shall be required to (a) commence work under this contract within five (5) calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 30 calendar days.* The time stated for completion shall include final cleanup of the premises. Buy American Certificate (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Supplies." (b) Foreign End Products: Line Item No.: Country of Origin: [List as necessary] 52.226-3 - Disaster or Emergency Area Representation (Nov 2007) (a) Set-aside area. The area covered in this contract is: Commonwealth of the Northern Mariana Island and GUAM. (b) Representations. The offeror represents that it [ ] does [ ] does not reside or primarily do business in the set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months- (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror's gross revenues and employed at least half of the offeror's permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include- (1) Physical location(s) of the offeror's permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror's gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. 52.226-4 Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in Commonwealth of the Northern Mariana Island and GUAM. Offers received from other businesses shall not be considered. (b) This set-aside is in addition to any small business set-aside contained in this contract. (End of provision) 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (a) Definitions. The definitions of the following terms used in this clause are found in the Small Business Administration regulations at 13 CFR 125.6(e): cost of the contract, cost of contract performance incurred for personnel, cost of manufacturing, cost of materials, personnel, and subcontracting. (b) The Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the Contractor or employees of other businesses residing or primarily doing business in the clause at FAR 52.226-4, Notice of Disaster or Emergency Area Set-Aside; (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The Contractor or employees of other businesses residing or primarily doing business in the set-aside area shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials; (3) General construction. The Contractor will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area; or (4) Construction by special trade Contractors. The Contractor will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area. (End of clause) 52.225-6 Trade Agreements Certificate (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (b) The offeror shall list as other end products those supplies that are not U.S.-made or designated country end products. Other End Products Line Item No. Country of Origin: [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for those products are insufficient to fulfill the requirements of this solicitation. (End of Provision) 6. Vendor must provide Certification of Trade Agreement in accordance with 52.225-6 and Certification for compliance in accordance with 52.225-18. 52.236-27 Site Visit (Construction) (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. SITE VISIT: A site visit has been scheduled for Tuesday, June 12th at 9:00 Chamorro Standard Time (ChST). The location for the site visit is the Koblerville Fire Station 4, CNMI Saipan. Point of contact for the site visit is James Mauldin at (202)706-4907. Offerors are highly encouraged to attend the scheduled site visit to inspect the site and to ensure they fully understand the requirement and conditions that may affect the cost of the project, specifications, and performance. All responsible sources should submit quotes to Carolyn.Knight@FEMA.DHS.GOV by 10:00 AM ChST, Monday June 17, 2019 or 5:00 PM PSTJune 16, 2019 Technical and/or administrative questions must be submitted in writing to Carolyn.Knight@FEMA.DHS.GOV no later than 10:00 AM ChST, Tuesday June 17, 2019. Individual responses will not be given. Responses to all inquiries will be published by amendment to the solicitation and posted to FedBizOpps. Inquiries and information received after the established deadline will only be answered/addressed if considered essential to the requirement and in the best interest of the Government.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »