The due date is extended to Tuesday 13 MAY 2025 to allow interested Small Businesses to submit an offer.
Note that the PWS has been updated, and reflects a correction in the address for the place of performance.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the
format FAR 12.603 – Streamlined Solicitation for Commercial Items, as supplemented with
additional information included in this notice. This announcement constitutes the only
solicitation. Offers are being requested and a separate written solicitation will not be issued.
The requirement is for a 100% Small Business set-aside under NAICS code 493110, General Warehouse and Storage. The size standard for this NAICS code is $34 million.
Description: -Publication/Materials Pulling and Prepping for USACE Publication Department
Contract Price; Submit a price for the entire project.
Description: Publication/Materials Pulling and Prepping for USACE Publication Department
Basis for award: The Government will award a contract resulting from this combined synopsis
solicitation on the basis of the lowest evaluated price of responsible offers whose
product/service meets the requirements as listed in the performance work statement -attached.
Offerors must submit the following documents for this solicitation:
1. Offer with price for entire project.
2. At least two references for same or similar work, along with desc.
3. Description of key positions/personnel.
Offerors are required to be actively registered with the System for Award Management (SAM) at
www.sam.gov prior to award. Offerors are highly encouraged to download and review all
attachments to this solicitation prior to submitting an offer.
The Government intends to award a contract without discussions with respective offerors. Offerors shall submit sufficient information as described - project price, references, and key personnel. . Offerors may be asked to clarify certain aspects of their offer.
Period and Place of Performance: 30 Days
Performance or Delivery shall take place at: 2803 52nd Ave, Hyattsville, MD 20781
Date, Time, and Place Offers are Due: The closing date for the delivery of a response to this combined synopsis/solicitation is on or before 5:00 pm Eastern Daylight Time (EDT), on 2 MAY 2025. Offers should be e-mailed or mailed to the Point of Contact (POC) shown below by the closing date and time. If offers are mailed, an electronic version of the offer (i.e. CD,DVD, etc.) should accompany the paper copy. If an offer is e-mailed to the POC shown below, it is the offeror’s responsibility to ensure that the transmission is received by the Government prior to the closing date and time. Upon receipt of an electronic offer, the Government will acknowledge receipt of that offer via email to the offeror.
SITE VISIT: Please contact the Contract Specialist if you need to request a site visit to see the building where work will occur.
All documents should be emailed to - POC: Erroll T. Foster, Contract Specialist. The offer must be signed and dated by an authorized official of the company. Electronic submissions via e-mail are required.
Address: 7701 Telegraph Road Alexandria VA
Phone: 703-428-6902
Email: erroll.t.foster@usace.army.mil
Offerors must submit the following documents for this solicitation:
Offers should be e-mailed or mailed to the Point of Contact (POC) shown below by the closing date and time. If offers are mailed, an electronic version of the offer (i.e. CD,DVD, etc.) should accompany the paper copy. If an offer is e-mailed to the POC shown below, it is the offeror’s responsibility to ensure that the transmission is received by the Government prior to the closing date and time. Upon receipt of an electronic offer, the Government will acknowledge receipt of that offer via email to the offeror.
POC: Erroll T. Foster, Contract Specialist
Address: 7701 Telegraph Road Alexandria VA
Phone: 703-428-6902
Email: erroll.t.foster@usace.army.mil
52.212-1 ADDENDUM - INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS (Jan 2017)
To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Offers must be complete, detailed and respond directly to the requirements of this solicitation.
- Interested parties capable of providing the requirement must submit a signed and dated offer on company letterhead with unit prices, extended prices, discount terms, tax identification number, CAGE code, and UIN in response to this solicitation. The offeror agrees to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.
- The offer must be signed and dated by an authorized official of the company. Electronic submissions via e-mail are required.
- Offerors must provide pricing for the total price to complete the required services
- To be eligible to receive an award resulting from this RFQ, Contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov.
- Insurance: Insurance shall be required in accordance with FAR 52.228-5, Insurance-Work on a Government Installation. The amount of insurance required is described in FAR 28.307-2, Liability.
- Wage Determination: This project falls under the Service Contract Act. Workers must be paid in accordance with
Wage Determination No.2015-4281, Rev No. 32, revised 12/23/2024 - attached.
CONTRACT TERMS AND CONDITIONS:
The following provisions and clauses apply to this acquisition and can be viewed electronically at https://www.acquisition.gov/ in accordance with 52.252-1.
The Following Provisions and Clauses Are Incorporated By Reference:
FAR 52.204-9 Personal Identity Verification of Contract Personnel
FAR 52.212-1 Instructions to Offerors – Commercial Items
FAR 52.212-4 Contract Terms and Conditions -- Commercial Items
FAR 52.219-6 Notice of Total Small Business Set-Aside
FAR 52.219-28 Post-Award Small Business Program Re-representation
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.223-7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials
DFARS 252.225-7048 Export Controlled Items
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.243-7001 Pricing of Contract Modifications
The Following Provisions and Clauses Are Incorporated by Full Text:
This is Low Price Technically Acceptable -LPTA - we will award to responsible/technically acceptable offeror with lowest price.
FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items is incorporated by reference in this combine synopsis and solicitation. Offerors must include a statement that certifies the Offeror’s Representations and Certifications are up to date in System for Award management.
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders.
The following FAR Clauses cited within FAR 52.212-5 are applicable to this acquisition:
☒ 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
☒ 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
☒ 52.219-6 Notice of Total Small Business Set-Aside
☒ 52.219-28 Post Award Small Business Program Representation
☒ 52.222-3 Convict Labor
☒ 52.222-36 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
☒ 52.225-13 Restrictions on Certain Foreign Purchases
☒ 52.232-33 Payment by Electronic Funds Transfer—System for Award Management