THIS IS NOT TO BE COMPETED AS THIS IS A SOLE SOURCE REQUIREMENT THROUGH THE 8(a)
PROGRAM
1. The United States Army Contracting Command - New Jersey (ACC-NJ) has a requirement in support of the U.S.
Army Garrison, Fort Devens Reserve Forces Training Area, Massachusetts replacement of thirty-two (32) single
hung, dual pane vinyl replacement windows and materials for installation. The work to be performed includes the
removal of the old units and installation of the new units in Buildings 646 and 653 on Devens RFTA, as described in
the Scope of Work dated 02 January 2025, attachment 0001.
2. The North American Industry Classification System (NAICS) Code that applies to the principal nature of the
acquisition is 236220 - Commercial and Institutional Building Construction with a corresponding size standard of
$45.0M.
3. Period of Performance: All work shall be completed within 60 calendar days from the Notice to Proceed.
4. In accordance with FAR 36.204, “Disclosure of the Magnitude of Construction Projects,” the magnitude of this
construction project is between $100,000 and $250,000.
5. This solicitation is being issued in accordance with (IAW) Section 8(a) of the Small Business Act (15 USC
637(a)(1)), the Federal Acquisition Regulation (FAR) Subpart 19.8, and the executed Partnership Agreement
between the U.S. Small Business Administration (SBA) and the Department of Defense (DoD). IAW the SBA
Acceptance Email dated 17 January 2025, Army Contracting Command-New Jersey (ACC-NJ) intends to enter into
a Firm Fixed Price (FFP), 8(a) Direct Award with Logan Currito, LLC (CAGE 9FFX2) for the fulfilment of this
requirement:
Logan Currito, LLC
POC: Chan Park
Email: parkcm@logancurrito.com
Cage Code: 9FFX2
UEI: F9YGQC1QDUJ3
SBA 8(a) Case Number: C00unB
SBA 8(a) Entrance Date: 06/27/2023
SBA 8(a) Exit Date: 06/26/2032
6. Site Visit attendance is HIGHLY recommended for this requirement due to the nature of the work being
performed. Prior coordination with Mr. Paul Lavoie or Mr. George Markt, is required. Please provide the Contract
Specialist with the date and time of the site visit.
7. Questions shall be emailed to the Contract Specialist and the Contracting Officer. Questions must specify the
section or paragraph of the solicitation for which the clarification is desired.
8. Proposals are due no later than the date and time listed in Standard Form (SF) 1442, Block 13 and shall be
submitted electronically to: Contract Specialist, Nelia Shyshak, nelia.shyshak.civ@army.mil and
Contracting Officer, Jasmyne Peterson, jasmyne.c.peterson.civ@army.mil. Updates to this solicitation will be done
via amendments.
9. Bond Requirements: The contractor shall submit the REQUIRED Bonds via e-mail to the Contracting
Officer, Jasmyne Peterson, jasmyne.c.peterson.civ@army.mil and Contract Specialist, Nelia Shyshak,
Nelia.shyshak.civ@army.mil, within 10 Calendar Days of Contract Award. All raised Seals shall be shaded
so clearly visible.
10. Contractor must be registered in System for Award Management (SAM) to be considered for award. To obtain
information on SAM and-or to register with SAM, visit web site at https://www.sam.gov
11. The Offeror shall submit a price for each firm-fixed-price Contract Line-Item Number.
12. The Offeror is required to complete blocks 14, 15, 17, 19, 20a, 20b, and 20c of the SF1442. In doing so, the
offeror accedes to the contract terms and conditions as written in the Request for Proposal.
13. Evaluation Criteria:
Award will be made to an 8(a) contractor who is deemed responsive and responsible in accordance with Federal
Acquisition Regulation (FAR), and whose quote conforms to the solicitation requirements. Although the
Government intends to award without discussions, if the price is not determined fair and reasonable, negotiations
will commence. Award will be made only after agreement has been reached on all terms and conditions, and fair
market price for this requirement acquired.
14. Pricing for each CLIN shall 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. The Government may request the Offeror provided other than certified cost or pricing
data to assist in determining a fair and reasonable price IAW FAR 15.403-3.
15. Basis of Award: Award will be made only after agreement has been reached on all terms and conditions, and a
fair market price for the construction requirement to be acquired. The Government reserves the right to seek
additional information if required to determine fair and reasonableness.
16. The Offeror’s quote shall remain valid for 120 days.
17. It is the offeror’s responsibility that all offers submitted are received in this office prior to the time and date for
receipt of the offer.
18. Attachments:
- Attachment 0001: Performance Work Statement rev. 02 JAN 25 BLDG 646 - 653 Window Replacement_
Draft
- Attachment 0003: W15QKN-24-Q-5171 Attachment 0003 KTR Cost Breakout Form
AMENDMENT 0002
The purpose of Amendment 0002 to Solicitation W15QKN-24-Q-5171 is as follows:
1. To revise the Solicitation deadline date until 2:00PM, WEDNESDAY, 29 JANUARY 2025.
2. To include updated Attachment 0001 - Scope of Work dated 02 JANUARY 2025.
3. To update the Instructions to Offerors in response to the change in contracting party.
All other terms and conditions of Solicitation W15QKN-24-Q-5171 remain unchanged and in full effect.