BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Aberdeen Proving Ground, Maryland. Contact the soliciting agency for additional information.

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; and request for proposals are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-06 (31 July 2024). The solicitation number for this request for proposal (RFP) is W91ZLK-24-R-0034. This combined synopsis/solicitation is being issued as full and open competition under the associated North American Industry Classification System (NAICS) Code 423220 Home Furnishing Merchant Wholesalers. The Government contemplates award of a Firm-Fixed Price type contract in accordance with FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following service. All offerors shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) using the schedule of services attached. SAI Carpet Installation - W91ZLK-24-R-0034. Price proposals shall include Firm Fixed Pricing for one (1) base year. The expected period of performance will be 30 September 2024 to 29 September 2025 for a total of 18 months. INSTRUCTIONS AND INFORMATION TO OFFERORS: 52.212-1 Instruction to Offerors-- Commercial Items/Services This clause applies in its entirety and there are currently no addenda to the provision. Proposals shall be submitted in two (2) separate volumes: Volume I: Technical Proposal: SAI Carpet Installation - W91ZLK-24-R-0034 Volume II: Pricing Proposal Price proposals shall include Firm Fixed Pricing for one (1) base year with a duration of twelve (12) months. ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-24-R-0034 PROPOSAL FROM (INSERT COMPANY NAME) The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. Acceptability of proposals will be based on meeting all the requirements of the Performance Work Statement (PWS). Failure to address each requirement will result in the proposal being rated unacceptable. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Partial proposals will not be evaluated by the Government. The Government may reject any proposal that is evaluated to be unrealistic in terms of program requirements, contract terms or conditions, or an unrealistic high or low price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-24-R-0034 PROPOSAL FROM (INSERT COMPANY NAME). Proposal Format: Volume I: Detailed Technical Proposal to include the following elements: 1. Capability to perform the required services as indicated in the PWS 2. Quality Assurance Plans 3. Proposed format and schedule for deliverables a. Detailed information showing that the Contractor is able to meet the performance requirements of the Performance Work Statement; b. Point of contact name and contact information, company CAGE code, UEI number, and TIN. Partial quotes will not be evaluated by the Government. Volume II: Detailed Price Proposal 1. Proposed Firm Fixed Price for a base year and three option years, on attached schedule of services. 2. This requirement shall be awarded on the basis of Lowest Priced Technically Acceptable. The Price Volume shall clearly identify the proposed firm-fixed price unit prices with all estimated totals for CLINs. All evaluated quotes shall be rated Technically Acceptable or Unacceptable. To be considered for an award, a rating of acceptable must be achieved in each factor and sub factor. Offerors shall clearly articulate the technical approach (including risks and contingencies) for performing the work, an understanding of the requirement, and the capacity to perform the following services. FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. Acceptability of proposals will be based on meeting all the requirements of the Performance Work Statement (PWS). Failure to address each requirement will result in the proposal being rated unacceptable. The contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Offerors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Offerors may register with SAM by going to www.sam.gov The offeror shall include a point of contact name and contact information, company CAGE code, UEI number, and TIN. Partial quotes will not be evaluated by the Government. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: www.acquisition.gov The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: https://www.acquisition.gov: FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: https://www.acquisition.gov 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2018). This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2019). 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. 7104(g)). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)).p 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017). 52.204-7, System for Award Management (Oct 2018). 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016). 52.215-1, Instructions to Offerors--Competitive Acquisition (Jan 2017). 52.217-5, Evaluation of Options (Jul 1990). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021). 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021). 52.204-26, Covered Telecommunications Equipment or Services-Representation. (Oct 2020). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332). 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O.13495). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. 351, et seq.). 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. 351, et seq.). 52.222-54, Employment Eligibility Verification (Oct 2015). 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contracting Officer Lesha Moore and the Contract Specialist Julius Wood via email no later than 12:00 p.m. Eastern Time, 3 September 2024, to julius.a.wood.civ@army.mil or lesha.n.moore.civ@army.mil. Responses to this solicitation must be signed, dated, and received no later than 15:00 or 3:00 p.m. Eastern Time, 5 September 2024. Responses must be sent by email directly to the Contracting Officer Lesha Moore and the Contract Specialist Julius Wood julius.a.wood.civ@army.mil or lesha.n.moore.civ@army.mil. Primary Point of Contact: Julius Wood Contract Specialist Julius.a.wood.civ@army.mil NO TELEPHONE INQUIRES WILL BE HONORED

Post-Bid

Military

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
641
Active Projects
355
Bidding Soon
4,767
All Active Projects
2,029
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

September 5, 2024

September 30, 2024

September 29, 2025

img_map_placeholder

Multiple Locations, Aberdeen Proving Ground, MD

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.