W15QKN-23-Q-5109 Billeting and Classroom Locks and Install (Brand Name) Fort Devens, MA
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Aug 28, 2023 02:50 pm EDT
- Original Published Date: Aug 18, 2023 05:27 pm EDT
- Updated Date Offers Due: Aug 30, 2023 02:00 pm EDT
- Original Date Offers Due: Aug 28, 2023 02:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Oct 31, 2023
- Original Inactive Date: Oct 31, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S216 - HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT
- NAICS Code:
- Place of Performance: Devens , MA 01434USA
Description
THIS REQURIEMENT IS SOLICITED AS A 100% SMALL BUSINESS SET ASIDE
THIS REQUIREMENT IS SOLICITED AS A BRAND NAME REQUIREMENT
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, 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.
1. The Army Contracting Command – New Jersey (ACC-NJ) on behalf of the United States Army Garrison Fort Devens Department of Planing Training Mobilization and Security and Reserve Forces Training Area has a requirement to procure a Billeting and Classroom Locks and Installation. The scope of this requirement is for the contractor to install the requested Billeting and Classroom Locks and Installation at 43 Quebec Street Building 680, Devens, Massachusetts, 01434.
2. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall be 120 days after contract award.
3. The period of performance for this effort shall consist of a 120 Days from date of contract award.
4. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM go to https://www.SAM.gov
5. See Federal Acquisition Regulation (FAR) Clause 52.212-1, “Instructions to Offerors – Commercial Services” and FAR 52.212-1, Addendum for additional information.
6. See FAR Clause 52.212-2, “Evaluation – Commercial Services” and FAR 52.212-2, Addendum for additional information and evaluation criteria.
7. A Site Visit is available upon request, all requests shall be submitted via email to the Site Visit POC, the Contract Specialist: Ryan Nicklous at ryan.p.nicklous.civ@army.mil and the Contracting Officer: Jasmyne C. Peterson at jasmyne.c.peterson.civ@army.mil, no later than 2:00 PM EST on TUESDAY, 22 AUGUST, 2023 for a tentative Site Visit date to be scheduled. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
8. All questions regarding this solicitation shall be submitted via Email no later than 10:00 AM EST on THURSDAY, 24 AUGUST 2023 to the Contract Specialist: Ryan Nicklous at ryan.p.nicklous.civ@army.mil and the Contracting Officer: Jasmyne C. Peterson at jasmyne.c.peterson.civ@army.mil. The questions will be answered all at once and uploaded to the Contract Opportunities website at https://www.sam.gov posting after the question period has ended.
9. COMPLETING A QUOTE FOR SUBMITTAL
a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to Ryan Nicklous at ryan.p.nicklous.civ@army.mil and Jasmyne C. Peterson at jasmyne.c.peterson.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities website at https://www.sam.gov.
b. The Offeror shall provide the name, title, address, email address, and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. In addition, the contractor shall sign andacknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the Solicitation.
c. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status.
d. The offeror shall submit a signed SF1449 (Pg. 1, Block 30a. Signature of Offeror/Contractor). The offeror is required to complete blocks 17, 30a, 30b, and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation.
e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price.
f. Offeror’s shall complete and submit Attachment 2: Contractor Cost Breakdown Form. The Contractor Cost Breakdown Form shall be submitted in Microsoft Excel format and MUST HAVE THE FORMULAS INTACT AND FUNCTIONING
g. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR 52.228-5 “Insurance – Work on a Government Installation” and “Required Insurance”.
h. The offeror is reminded it shall offer on any issued plans, drawings, and specifications as amended. Any deviations, conditions or attachments made by the offeror itself may render the offer non-responsive and may be cause for its rejection.
i. The offeror shall include how long it will take to install the Access Control System and the how long the warranty which they provide shall remain active in their email submission.
10. All services shall be performed in accordance with the Performance Work Statement (PWS)
11. All offers shall remain valid for 120 calendar days.
12. SAM Eunique ID#:__________________________
13. CAGE (commercial and government entity)code___________________
14. Federal Tax ID __________________
15. ****This project is small business set aside under NAICS 561622 with the business size standard of $25,000,000.00.
16. Multiple proposals will not be accepted.
17. The following are part of this solicitation:
-Attachment 1: Performance Work Statement
-Attachment 2: KTRs Cost Breakdown Form
-Attachment 3: 23-Q-5109 - Redacted J&A: FAR Part 13.5
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
- PICATINNY ARSENAL , NJ 07806-5000
- USA
Primary Point of Contact
- Ryan Nicklous, Contract Specialist
- ryan.p.nicklous.civ@army.mil
Secondary Point of Contact
- Jasmyne Peterson, Contracting Officer
- Jasmyne.C.Peterson.civ@army.mil
History
- Nov 01, 2023 11:55 pm EDTAward Notice (Original)
- Oct 31, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 30, 2023 11:55 pm EDTSources Sought (Original)
- Aug 18, 2023 05:27 pm EDTCombined Synopsis/Solicitation (Original)