Georgia Bids > Bid Detail

Installation of glass panels

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159210744402898
Posted Date: Nov 2, 2022
Due Date: Nov 10, 2022
Solicitation No: 0011867658
Source: https://sam.gov/opp/93a8880656...
Follow
Installation of glass panels
Active
Contract Opportunity
Notice ID
0011867658
Related Notice
0011867658
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT GORDON
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 02, 2022 09:14 am EDT
  • Original Date Offers Due: Nov 10, 2022 12:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 25, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C211 - ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code:
  • Place of Performance:
    Fort Gordon , GA 30905
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. 0011867658 is issued as a request for quotation (RFQ). The closing date and time of this solicitation is 09 November 2022 03:00 P.M. EST. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. The anticipated NAICS code is 541430, Graphic Design Service and Size Standard is $8 million. This requirement is a 100% [Small Business] set-aside and only qualified offerors may submit bids.



Attached are the drafted Statement of Work and Security requirements along with draft images.



The requirements in this solicitation:



The contractor shall provide complete program management and administrative tasks to ensure the requirements of the contract are met and to ensure the contractor adequately controls and supervises its personnel who provide the deliverables described within this SOW. The contractor shall provide all necessary personnel, administrative, financial, and managerial resources required to support this contract. The Program Manager shall also be responsible for the following:




  • Shall supervise, coordinate work schedules, resolve minor concerns/issues and complete the administrative tasks, (Attend In-Progress Reviews) associated with this SOW (e.g. deliverables).

  • Be familiar with all duties and qualifications stated in the SOW.

  • Shall ensure all deliverables described in the SOW are delivered on time.

  • Provide analysis of project requirements and accurate cost estimates.

  • Provide project coordination and process improvements thru the Quality Control Plan.

  • Provide and gather required information to assist with coordination support efforts.

  • Attend IPRs and provide meeting notes as directed by the COR.

  • Have the capability and authority to resolve and respond to issues directly with the COR.

  • Provide analysis of project requirements and accurate cost estimates. Provide and gather required information to assist with coordination support efforts.

  • Possess the skill sets to supervise contractor employees. Be proficient in conflict resolution.

  • Coordinate work schedules/assignments of contractor employees.

  • Be able to communicate orally and written with COR.

  • Shall ensure all deliverables described in the SOW are delivered on time.

  • Provide analysis of project requirements and accurate cost estimates.

  • Provide project coordination and process improvements thru the Quality Control Plan.

  • Provide and gather required information to assist with coordination support efforts.



In response to this Request for Information, please provide:



1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. If the company has a GSA Schedule provide the schedule number.



2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.



3. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors. Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2019-O0003) “Similarly situated entity” means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.



4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors.



5. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.



6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.



7. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services.



8. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.




Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 29718 419 B STREET
  • FORT GORDON , GA 30905-5719
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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.

Start Free Trial Today >