Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z02822Q0000668
This combined synopsis/solicitation for services prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included...
This combined synopsis/solicitation for services prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This synopsis/solicitation is advertised as a Small Business Set-Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued. The solicitation number is 70Z028-22-Q-0000668. Applicable North American Industry Classification Standard (NAICS) codes are: 541380 Testing and Laboratories Standard in Millions ($16.5) This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and 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, Best Value. When submitting your proposals, request a price breakdown of the following: Cost of labor to pick up/calibrate tools and return to Coast Guard Airsta Miami Contract will be awarded to the vendor who can perform the work outlined in the provided SOW in the time frame needed by unit. Cost and Past Performance factors will also be considered when selecting the award. Vendors shall submit past performance documents to ensure contractor has experience in work requested within this solicitation. Request base quote from 01 Oct 2022 – 30 Sept 2023 w/ four option years. 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5years. Anticipated award date: OOA 01 Oct 2022 Quotes are to be received no later than close of business EST (3 p.m.) on 30 Sept 2022. Quotes can be submitted via e-mail to Jerry.Lopez@uscg.mil Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in SAM.GOV Wage determinations: 2015-4543, Rev 22 dated 06/27/2022 SCOPE OF WORK: Contractor to provide all labor, supervision, materials and for the calibration of tools at Coast Guard Airsta Miami, Opa Locka, FL. Contractor shall pick up/calibrate tools and return to the Coast Guard Airsta POC, Per attached SOW. Geographical range: Price Range: NTE Performance Period: These calibration services are to be done from October 1st 2022 – Sept 30th 2023. Site visit: N/A 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020) 52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2020) 52.212-4 Contract Terms and Conditions—Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2020) 52.222-41 Service Contract Labor Standards (Aug 2018) Work hours: Monday through Friday, 0800 – 1500 (8 am – 3 pm) No weekends or Holidays authorized. See attached applicable FAR Clauses by reference. Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. Request Company’s tax ID information and Unique Entity ID (UEI). Vendors providing an offer must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an “ACTIVE” status prior to award. Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service.