Otay Electrical Install - San Diego, CA
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 02, 2022 10:54 am CDT
- Original Published Date: Jul 25, 2022 09:06 am CDT
- Updated Date Offers Due: Aug 05, 2022 01:00 pm CDT
- Original Date Offers Due: Aug 02, 2022 01:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 20, 2022
- Original Inactive Date: Aug 17, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: N099 - INSTALLATION OF EQUIPMENT- MISCELLANEOUS
- NAICS Code:
- 238210 - Electrical Contractors and Other Wiring Installation Contractors
- Place of Performance:
Description
**Solicitation has been extended. Additional documentation has been uploaded to support the PWS**
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. The solicitation is being issued as a Request for Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-05. This requirement is set aside 100% to small business and utilizes the North American Industry Classification System Code (NAICS) 238210 (Electrical Contractors and other Wiring Installation Contractors) with a size standard of $16.5M. This procurement is being conducted in accordance with regulation at FAR 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.
PLEASE SEE ATTACHED Performance Work Statement (PWS).
Instructions to Offerors (Reference FAR 52.212-1)
(a) The Offeror is responsible for reading all information contained in this solicitation and all attachments, if any, posted with it. Offerors should check the www.SAM.gov website often for any information regarding this solicitation and/or amendments to this solicitation. For information concerning this solicitation, please email Allison.B.Hudson@usace.army.mil and Jon-Vincent.S.Holden@usace.army.mil
(b) Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov.
(c) Submission of offers. Signed and dated offers are due 5 August 2022, not later than 1:00 PM CST and must be submitted via email to:
Allison.B.Hudson@usace.army.mil and Jon-Vincent.S.Holden@usace.army.mil. Offers may be submitted in writing on letterhead stationery, or as otherwise specified in the solicitation. At a minimum, offers must include:
(1) The solicitation number W912HZ22Q7676;
(2) A technical description of the items beins:1 offered in sufficient detail to ensure adequate time is allotted to form an appropriate response and to amend the solicitation, if necessary. Offerors must review the specifications in their entirety and review the www.SAM.gov website for answers to questions prior to submission of an inquiry.
FAR 52.212-2 - Evaluation -- Commercial Items:
(a) 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.
The following factors shall be used to evaluate offers:
1) Lowest Price
2) Technically Capability
The Government will issue an award to the offeror whose quote is the Lowest Price that is determined to meet at least the minimum requirements to be determined Technically Capable.
(1) Technically Capable is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror1s capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. It is imperative that the offeror submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
The following FAR clauses and provisions may apply to this acquisition:
52.203-3 Gratuities
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.212-3 Offerors Representations and Certifications- Commercial Items
52.212-4 Contract Terms and Conditions - Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items
52.252-2 Clauses Incorporated by Reference
Additionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this acquisition:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52-222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-26, Contractors Performing Private Security Functions Outside the United States
52.232-34 Payment by Electronic Funds Transfer- Other than System for Award Management
52.233- 3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
The full text of these FAR clauses can be accessed electronically at website:
https://www.acquisition.gov/browse/index/far
The following DFARS Clauses and Provisions may be applicable to this acquisition:
252.203-7000 Requirement Relating to Compensation of Former DoD officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD officials
252.211-7003 Item Unique Identification and Valuation
252.204-7003 Control Of Government Personnel Work Product
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.243-7001 Pricing Of Contract Modifications
The full text of these DFARS clauses can be accessed electronically at website:
https://www.acquisition.gov/dfars
Attachments/Links
Contact Information
Contracting Office Address
- ERDC CONTRACTING OFC 3909 HALLS FERRY ROAD
- VICKSBURG , MS 39180-6199
- USA
Primary Point of Contact
- Allison Hudson
- allison.b.hudson@usace.army.mil
Secondary Point of Contact
- Jon-Vincent Holden
- Jon-Vincent.S.Holden@usace.army.mil
History
- Sep 08, 2022 10:56 pm CDTAward Notice (Original)
- Aug 20, 2022 10:55 pm CDTCombined Synopsis/Solicitation (Updated)
- Jul 25, 2022 09:06 am CDTCombined Synopsis/Solicitation (Original)