Crane Hosting Service at JBPHH-HI
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159650494380213 |
Posted Date: | Jul 31, 2023 |
Due Date: | Aug 4, 2023 |
Solicitation No: | W50SLF23Q0002 |
Source: | https://sam.gov/opp/37dd1878b4... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
- Updated Published Date: Jul 31, 2023 11:58 am HST
- Original Published Date: Jul 27, 2023 03:55 pm HST
- Updated Date Offers Due: Aug 04, 2023 12:30 pm HST
- Original Date Offers Due: Aug 04, 2023 12:30 pm HST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 19, 2023
- Original Inactive Date: Aug 19, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: W036 - LEASE OR RENTAL OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
-
NAICS Code:
- 238990 - All Other Specialty Trade Contractors
-
Place of Performance:
JBPHH , HI 96853USA
7/31/2023: Amendment 0001 - The purpose of this Amendment is to:
1. Incorporate revised PWS Crane Hoist Services.
2. Update requirements for vendor's quote. Revise #6 Provide liability and/or rigger's insurance documentation. Delete #7.
-
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. This solicitation, W50SLF-23-Q-0002, is being issued as a Request for Quote (RFQ). Any award resulting from this solicitation will be issued on a Standard Form 1449. To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database and registration may be done online at: www.sam.gov . Also, all vendors will be required to submit invoicing through Wide Area Work Flow (WAWF) electronic invoicing system.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-08 Effective 28 Oct 2022. This procurement is being solicited as 100% small business set aside. The designated North American Industry Classification System (NAICS) Code is 238990 All Other Specialty Trade Contractors, with a size standard in millions of dollars $19.0. To procure Crane Hoist and moving services to pick up and move a prefabricated building weighing approximately 80,000 pounds at Building 3400, 360 Mamala Bay Drive, Joint Base Pearl Harbor Hickam, HI 96853 from outside the fence line to a location inside the fence line at the same address. See attached Performance Work Statement (PWS - Attachment 1). Ensure to comply with all federal requirements, to include, but not be limited to (USACE Engineering Manual) EM 385-1-1, most current version, Section 16 Load Handling Equipment.
A site visit will be conducted on 2-Aug-2023, 0730-0830 for the purposes of briefing on the RFQ requirements and answering questions. Attendees are to meet at 154 Civil Engineering Squadron, 335 Gardner Dr, Bldg 3392, JBPHH-HI, 96853. Due to security conditions, all offerors must register to attend this site visit. Email the following information for all attendees to Warren Sabugo and MSgt Cezar de Veas at the following addresses: warren.m.sabugo.civ@army.mil and cezar.y.deveas.mil@army.mil
ATTENDEES WITH OR WITHOUT CURRENT ACCESS CREDENTIALS MUST PROVIDE THE FOLLOWING INFORMATION TO THE ABOVE EMAIL ADDRESS NOT LATER THAN TWO (2) CALENDAR DAYS PRIOR TO THE MEETING.
o FIRM NAME & TELEPHONE NUMBER
o ATTENDEES FULL NAME (FIRST , MIDDLE, LAST)
o ATTENDEES LAST 4 DIGITS OF SOCIAL SECURITY NO.
o DRIVERS LICENSE
o CITENSHIP
**ALL ATTENDEES MUST PRE-REGISTER FOR THE SITE VISIT**
This information must be provided in advance, NOT LATER THAN two (2) calendar days prior to the meeting, in order to ensure access to the military base and conference site. Even if you have access to the base you must register. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government’s denial of your access to the site visit. This information will be provided to the Base Security Forces who will authorize your entrance to the site.
Attendees WITHOUT current access credentials to JBPHH shall meet at the JBPHH Pass and ID building located at South Drive Building 3455, Honolulu, HI 96818. Attendees shall arrive at JBPHH Pass and ID NOT LATER THAN 630 am and bring a prefilled SECNAV 5512 (Attachment 4) and all Identity Source Documents selected on Block 13 of the form. A Hawaii Air National Guard member from the 154th Civil Engineering Squadron will meet you there and sponsor you onto base with a 1 day pass. Please make sure you bring your valid driver’s license, vehicle registration and insurance. FAILURE TO ARRIVE WITHIN THE SPECIFIED TIMEFRAME AT THE JBPHH PASS AND ID BUILDING COULD RESULT IN DENIAL
OF ACCESS TO THE INSTALLATION AND THE MEETING. PLEASE ENSURE YOU ARRIVE ON TIME TO ALLOW FOR ADEQUATE PROCESSING BY SECURITY FORCES. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such.
Contract award will be written with one (1) Contract line item number (CLIN) CLIN 0001: Crane Hoist services
Quantity: 1
Unit: EA
Place of delivery:
360 Mamala Bay Drive, Bldg 3400
JBPHH-HI 96853
Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition
Addendum to FAR 52.212-1, Instructions to Offerors – Commercial Items Quote Submittal Instructions In order to be considered for award, Offerors are requested to quote Firm Fixed Price for all of the identified contract line items provided. Quotes shall be sent electronically via e-mail directly to warren.m.sabugo.civ@army.mil. Quotes must be received at this email address inbox no later than the date and time specified in this solicitation. Submission of a quote that does not contain all item(s) requested may result in elimination from consideration of award. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote.
The vendor’s quote shall include the following:
1. Price quotation, signed and dated
2. Amendments or acknowledgements (if applicable), signed and dated
3. Completed Certifications (if not entered in the System for Award Management (SAM)) to include FAR 52.212-3 Alternate I, Offer Representations and Certifications Commercial Item d. Submittal of quote in accordance with FAR 52.212-1, Addendum to FAR 52.212-1, FAR 52.212-2, Addendum to FAR 52.212-2
4. As a minimum, one (1) page technical approach
5. As a minimum, one (1) completed Past Performance
6. Provide liability and/or rigger's insurance documentation
Provision 52.212-2 Evaluation-Commercial Items, applies to this acquisition
Addendum to FAR 52.212-2, Evaluation – Commercial Items Basis for Award: The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be made to the lowest priced offeror that meets the PWS.
The Government expects competitive quotes to be submitted for this procurement and will use these competitive quotes to determine price reasonableness in accordance with FAR 13.106-3. Evaluation and award will be determined by the lowest price quote based solely on the factors specified in the solicitation. If competitive quotes are not received, the Government reserves the right to utilize other methods identified in the FAR to determine price reasonableness.
The Government expects competitive quotes to be submitted for this procurement and will use these competitive quotes to determine price reasonableness in accordance with FAR 13.106-3. Evaluation and award will be determined by the lowest price quote based solely on the factors specified in the solicitation. If competitive quotes are not received, the Government reserves the right to utilize other methods identified in the FAR to determine price reasonableness.
Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.
Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition
Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition
The following FAR and DFARS provisions are incorporated into this solicitation by reference:
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-20, Predecessor of Offeror 52.204-22, Alternative Line Item Proposal
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation
52.209-5 Certification Regarding Responsibility Matters 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.217-5 Evaluation of Options
52.219-1 Small Business Program Representations--Alternate I
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications
52.233-2 Service of Protest
252.203-7005, Representation Relating to Compensation of Former DoD officials
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.215-7008 Only One Offer
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation
The following FAR and DFARS clauses are incorporated into this solicitation by reference:
52.202-1 Definitions
52.203-12 Limitation on Payments to Influence Certain Federal Transactions
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-13, SAM Maintenance 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications
52.211-17 Delivery of Excess Quantities
52.212-4, Contract Terms and Conditions – Commercial Items 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.233-1 Disputes
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.242-13 Bankruptcy
52.243-1 Changes--Fixed Price
52.247-34 -- F.o.b. – Destination
252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.204-7020 NIST SP 800-171 DoD Assessment Requirements.
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism
252.211-7003 Item Unique Identification and Valuation
252.225-7001 Buy American and Balance of Payments Program—Basic
252.225-7012 Preference for Certain Domestic Commodities
252.225-7021 Trade Agreements
252.225-7048 Export-Controlled Items
252.227-7015 Technical Data--Commercial Items
252.225-7974 Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005)
252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.243-7001, Pricing of Contract Modifications
252.243-7002 Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea--Basic
The following provisions and clauses are incorporated by full text in Attachment #2.
52.212-1 Instructions to Offerors-Commercial Items 52.212-2, Evaluation – Commercial Items
52.212-3 Offeror Representations and Certifications-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.217-7 Option for Increased Quantity-Separately Priced Line Item
52.237-1 Site Visit
52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 252.232-7006, Wide Area Workflow Payment Instructions
See Attachment #2.
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered telecommunications Equipment or Services—Representation
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
Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov . All offerors must complete provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26 Covered Telecommunications Equipment or Services-Representation to be eligible for award.
Quotes are due NO LATER THAN 12:30 p.m. Hawaii Standard Time (HST) on 4 August 2023.
Electronic proposals must be submitted via e-mail to warren.m.sabugo.civ@army.mil and cezar.y.deveas.mil@army.mil. Facsimile proposals will not be accepted.
Submissions shall not exceed 15 pages, and provide the following: Vendor Name; Vendor POC; Vendor CAGE; Vendor DUNS; Contact Ph#; Fax and/or Email; Discount Terms (if applicable); and Socio-Economic status. Additionally, in order to be eligible for award, all respondents shall, with submission, provide a completed 889 Certification (Attachment #3).
The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. (FAR 52.212-1(g))
Document | File Size | Access | Updated Date |
|
1 MB
|
Public |
Jul 31, 2023
|
|
1 MB
|
Public |
Jul 31, 2023
|
|
437 KB
|
Public |
Jul 27, 2023
|
|
216 KB
|
Public |
Jul 27, 2023
|
|
2 MB
|
Public |
Jul 27, 2023
|
|
75 KB
|
Public |
Jul 27, 2023
|
- KO FOR HIANG DO NOT DELETE 4208 DIAMOND HEAD RD
- HONOLULU , HI 96816-4495
- USA
- Cezar de Veas
- cezar.y.deveas.mil@mail.mil
- Phone Number 808-844-6422
- Warren Sabugo
- warren.m.sabugo.civ@army.mil
- Phone Number 808-844-6421
- Jul 31, 2023 11:58 am HSTCombined Synopsis/Solicitation (Updated)
- Jul 27, 2023 03:55 pm HST Combined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.