Demolition and Removal of Large Reinforced Concrete Specimens
Notice ID: AMDTCRQ2401617

AMENDMENT 001: The purpose of this amendment is to include a corrected version of the Statement of Work (SOW), due to the original SOW containing formatting errors regarding "reference sources." The attached SOW in this amendment corrects those errors. In addition, an attachment is included in this Amendment that contains pictures that are referenced in the SOW.

Therefore, the following documents are incorporated as separate attachments:

1.) RFQ attachment - Statement of Work (Amendment 1)

2.) RFQ attachment - pictures (Amendment 1)

All other terms and provisions remain unchanged.

END OF AMENDMENT 001.

(i)     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; quotations are being requested and a written solicitation will not be issued.

(ii)     The solicitation number is AMDTCRQ2401617, and the solicitation is issued as a Request for Quotation (RFQ) restricted on a Total Small Business Set-Aside basis. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items. A Fixed-Price type of Purchase Order contract is contemplated for any resulting contract entered into as a result of this solicitation.  

(iii)     The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Federal Acquisition Circular (FAC) Number/Effective Date: 2024-04 / 05-01-2024.

(iv)     The North American Industry Classification System (NAICS) code for this procurement is 238910 – Site Preparation Contractors, with the small business size standard of 19,000,000 USD. This requirement is restricted on a Total Small Business set-aside basis.

(v)    Statement of Work: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the work statement. See the attached Statement of Work for additional detail.
 
SITE VISIT:
A Site Visit will be conducted by NIST personnel to allow potential Quoters to view the space where the concrete specimens are located, and to obtain a better understanding of the work required. Site visits will include an escorted view of the Environmental Chamber, building 216, room A140, at NIST, where the concrete specimens shall be removed from.
 
While not required in order to submit an offer, potential Quoters are strongly encouraged to participate in the site visit. In no event shall failure to attend the site visit or to inspect the site constitute grounds for a claim after contract award.  
 
The Site Visit will be conducted on May 23, 2024, from 11:00 AM through 12:00 PM, Eastern Time on the NIST campus in Gaithersburg, MD. A contractor may send a maximum of two participants to attend the site visit. At least one NIST employee will be present for the site visit. Contractors must be physically present to participate in the site visit and may not participate via teleconference. Note that no alternate dates or times will be scheduled.

Site Visit Details
 
To participate in a site visit, potential Quoters must request a visit via email to the Contracting Specialist, Hunter Tjugum, at hunter.tjugum@nist.gov.  Requests must be received not later than May 21, 2024, at 4:00 PM ET.  
 
Potential Quoters must provide the following information with their requests:
 
•    Full name of each attendee (maximum of 2 attendees per request). The name must match the individual’s photo identification (driver’s license, passport, etc.) which will be presented at the NIST Security Office before the site visit.
•    Company Name
•    (If subcontractor) Prime Company Name
•    Contact Information for each attendee, including email address and phone number.
 
NIST will respond to timely requests with confirmation of assigned site visit information as well as site access guidance. Please refer to the following web site for additional Visitor Information http://www.nist.gov/public_affairs/visitor/. Contractors shall be required to familiarize themselves with all requirements at this website prior to entering the NIST campus.
 
Questions will be allowed during the site visits. However, note that any questions asked during the site visits will be recorded, anonymized, and answered in a Question and Answer (Q&A) amendment associated with this solicitation. Photographs are not allowable at the site visits.  
 
Potential Quoters are cautioned that all terms and conditions of the solicitation remain unchanged unless they are changed by written amendment to the solicitation. It is the responsibility of each Quoter, prior to submitting a quotation, to seek clarification of any perceived ambiguity in the solicitation or created by an amendment of the solicitation.

(vii)    The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:
https://www.acquisition.gov/?q=browsefar
http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title48/48cfrv5_02.tpl

(End of provision)

The following provisions apply to this acquisition and are incorporated by reference:
• FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation
• FAR 52.204-7, System for Award Management
• FAR 52.204-16, Commercial and Government Entity Code Reporting
• FAR 52.204-17, Ownership or Control of Offeror
• FAR 52.204-20, Predecessor of Offeror
• FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
• FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation
• FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation
• FAR 52.212-1, Instructions to Offerors-Commercial Items
• FAR 52.212-3, Offeror Representations and Certifications-Commercial Items
• FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran

The clause at FAR 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at these addresses:
https://www.acquisition.gov/browse/index/far      
http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title48/48cfrv5_02.tpl

(End of clause)

    Instructions to Offerors. Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The technical quotation must clearly demonstrate that each of the Government’s minimum specifications detailed in the Statement of Work have been met.

Price quotations shall be submitted on a firm fixed price basis in accordance with the contract line item numbering (CLIN) structure identified in this solicitation. Quotations shall be valid for 60 days after solicitation close.

To assist the Government in evaluating firm fixed price quotations, the offeror shall provide a breakdown of the proposed firm fixed price for each of the required CLINs, which details prices for all products or services required by the SOW in terms of cost of material and labor, to demonstrate how the total firm-fixed price was derived. Quoters submitting a response must provide a completed Price Quotation to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost. Prices shall be quoted on an itemized basis with a fixed-price pricing structure included for all work to be performed in accomplishing this requirement.

The applicable Service Contract Act WD, No. 2015-4269 (revision #25), is included as an attachment to this solicitation. All quotations shall indicate their compliance with the applicable wage determination.

(viii)    The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on a Trade-Off Basis.

The award will be made on a competitive best value basis, using “tradeoff” among price-cost and non-price-cost factors.  The Government may elect to award to other than the lowest priced quoter, or other than the quoter with the highest rated non-price-cost quotation.  In either case, a tradeoff will be conducted.  The government reserves such right of flexibility in conducting the evaluation as necessary to assure an award with the contractor providing the best value to the government. Although technical and schedule factors are of paramount consideration in the award, cost or price is also important to the overall award decision.  All evaluation factors other than cost or price, when combined, are more important than cost or price.  However, cost or price may become a critical factor in source selection in the event two or more offers are determined to be essentially equal following the evaluation of all factors other than cost or price.
    
Each quotation will be evaluated in strict conformity with the evaluation factors, utilizing written critiques. The evaluation will be based upon the demonstrated capabilities of the prospective contractor in relation to the needs of the project as set forth in the RFQ.

The following factors shall be used to evaluate quotations:

(1) Technical Capability: Ability of the Quoter to understand the SOW and requirements, adequately describe the proposed approach, safety procedures, identify problems and potential challenges, and demonstrate how all contract requirements will be met. Quoters shall provide evidence of sufficient planning to show that the work will be accomplished and how it will be accomplished within time and other constraints specified in the SOW or as applicable. The Quoter shall utilize all available resources to include controlling the execution of assigned activities, tasks, sub-tasks, monitoring progress, status reporting,
resolving critical issues and/or mitigating risks and fulfilling all delivery requirements.

(2) Corporate Experience: Quoters shall submit with their quotation a list of two (2) contracts completed during the past five (5) years and / or contracts awarded currently in process that are similar in nature to the Statement of Work to demonstrate Corporate Experience. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. An evaluation of Corporate Experience will be based on evaluation of contract requirements completed or currently in process and extent of the relevance of that experience in the areas covered by the Purchase Description requirements. The Government will evaluate quotations based on prior contracts or purchase orders for similarity in size, scope, and complexity to the requirements contained in this solicitation. The quoter may provide information on problems encountered on the identified contracts and the corrective actions taken or proposed, if any. The Government is not required to contact references provided by the quoter. The government may review other information than submitted by the contractor, such as CPARS, to evaluate Corporate Experience. For each contract, subcontract, or reference include:

1. Name of Contracting Organization/Customer
2. Contract Number (for subcontracts, provide the prime contract number and subcontract number)
3. Total Contract Value
4. Description of Requirement
5. Period of Performance or Delivery Timeframe

Price. The Government will evaluate offers for award purposes by making a price reasonableness determination. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market.

(ix)    The Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This requirement may be fulfilled by current completion of this provision in www.SAM.gov.     

(x)    The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

(xi)    The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated by reference.

The following provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items are applicable to this solicitation:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-27, Prohibition on a ByteDance Covered Application
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.219-6, Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Rerepresentation
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
52.222-36 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
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires

The following provisions apply to this acquisition and are incorporated as an attachment, and MUST be completed and submitted with any response to this RFQ:

• FAR 52.204-20 Predecessor of Offeror
• FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
• FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation
• FAR 52.209-5 Certification Regarding Responsibility Matters
• FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
• FAR 52.237-1 Site Visit

The following clauses apply to this acquisition and are incorporated by reference:
•    FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
•    FAR 52.204-13 System for Award Management Maintenance
•    FAR 52.204-18 Commercial and Government Entity Code Maintenance
•    FAR 52-204-19 Incorporation by Reference of Representations and Certifications
•    FAR 52.212-4 Contract Terms and Conditions--Commercial Items
•    FAR 52.232-39 Unenforceability of Unauthorized Obligations
•    FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors [DOC Deviation April 2020]

(xii)    The provision at CAR 1352.233-70 AGENCY PROTESTS (APR 2010) applies to this acquisition and incorporated in full text:

An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999).

Agency protests filed with the Contracting Officer shall be sent to the following email and mailing address:

NIST/ACQUISITION MANAGEMENT DIVISION
ATTN: LAUREN ROLLER, CONTRACTING OFFICER
100 Bureau Drive, MS 1640
Gaithersburg, MD 20899
Email: LAUREN.ROLLER@NIST.GOV

Agency protests filed with the Protest Decision Authority shall be sent to the following address:

NIST/ACQUISITION MANAGEMENT DIVISION
ATTN: HEAD OF THE CONTRACTING OFFICE (HCO)
100 Bureau Drive, MS 1640
Gaithersburg, MD 20899

A complete copy of all agency protest, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.

Service upon the Contract law Division shall be made as follows:

U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230
FAX: (202) 482-5858
(End of Provision)

(xiii)    The provision at CAR 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) is applicable to this solicitation and incorporated in full text.

(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.
(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.
(c) Service upon the Contract Law Division shall be made as follows:

U.S. Department of Commerce
Office of the General Counsel
Chief, Contract Law Division
Room 5893
Herbert C. Hoover Building
14th Street and Constitution Avenue, N.W.
Washington, D.C. 20230.
FAX: (202) 482-5858
(End of Provision)

(xiii)    The following provisions and clauses apply to this acquisition and are hereby incorporated by reference.  All CAR clauses may be viewed at http://www.ecfr.gov

1352.201-70 – Contracting Officers Authority
1352.201-72 – Contracting Officer’s Representative (COR)
1352.209-73 – Compliance with the Laws (APR 2010)                                                                            1352.209-74 – Organizational Conflict of Interest                                                                          
1352.246-70 – Place of Acceptance

(a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract.
(b) The place of acceptance will be:
100 Bureau Drive, Gaithersburg, MD. 20899

NIST LOCAL 54 – BILLING INSTRUCTIONS
NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV.

Each Invoice or Voucher submitted shall include the following:
(1) Contract number;
(2) Contractor name and address;
(3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers);
(4) Date of invoice;
(5) Invoice number;
(6) Amount of invoice and cumulative amount invoiced to-date;
(7) Contract Line Item Number (CLIN);
(8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered;
(9) Prompt payment discount terms, if offered; and
(10) Any other information or documentation required by the contract.
(End of Clause)

    NIST LOCAL-53 Contract Performance During Changes in NIST Operating Status
All contractors performing work on active contracts at the U.S. Department of Commerce(DOC), National Institute of Standards and Technology (NIST) campuses and/or working in NIST workspaces should go  to the www.nist.gov website and under the “About NIST” tab click on “Visit”. This site includes information about campus access and security information; identification requirements; parking information and more.

Contractor personnel are required to check the appropriate campus operating status and personnel requirements at https://www.nist.gov/campus-status daily prior to arriving on site. All personnel must adhere to the requirements set forth in the operating status.  

Unless otherwise stated in the contract terms and conditions, normal days of business operation are Monday through Friday, excluding Federal Holidays. However, throughout the contract period of performance, there may be circumstances beyond the control of NIST that will impact normal days of business operation such as inclement weather, power outages, etc. In circumstances such as these, the Contractor must call the appropriate NIST campus status line to verify the operating status:

Gaithersburg Campus Operating Status Line:
(301) 975-8000
(800) 437-4385 x8000 (toll free)

Boulder Campus Operating Status Line:
(303) 497-4000
(303) 497-3000 option 2

In the event of a lapse in appropriation, access to Government facilities and resources, including equipment and systems will be limited to excepted personnel for both Federal employees and contractor personnel. If performance of the contract is onsite and/or requires Government interaction, unless the contractor has been, or is notified that it is required to work under an excepted status, the contractor must stop work. The work stoppage shall remain in effect until the lapse is resolved and notification is provided via the NIST website at www.nist.gov (banner on front page) and/or the NIST operating status line(s). Additionally, contractors are encouraged to monitor public broadcasts or the Office of Personnel Management’s website at www.opm.gov for the Federal Government operating status.

NIST will provide notification to all contractors that are determined to have excepted status. All excepted contractors are required to continue performance and communicate with the appointed Contracting Officer’s Representative (COR) for further guidance, or NIST Contracting Officer if a COR is not appointed.

Contractors with active supply or service contracts that are fully funded at the time of contract award and do not require access to Government facilities, resources, or active administration by Government personnel in a manner that would not cause the Government to incur additional obligations during the lapse in appropriation may continue performance.

Please note that in all circumstances that impact operations on the NIST campuses, contractors are expected to follow all direction and guidance provided by NIST authorities.

NIST LOCAL 56 – INVOICING PROCESSING PLATFORM-ALTERNATE I
Upon written notice from the contracting officer the following supersedes all other instructions for the submission of payment requests. Accordingly, following written notice payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).
"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable payment request or invoicing instructions, Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is https://www.ipp.gov.
Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice:
The Contractor must use the IPP website to register, access, and use IPP for submitting payment requests. If not already enrolled, the Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email within three to five business days of the addition of the contract award to IPP. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email: IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131.
If the Contractor is unable to comply with the requirement to use IPP for submitting payment requests, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. Contact the contracting officer for more information on submitting a waiver request.

(xiv)    The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

(xv)    The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

(xvi)    The alphanumeric Unique Entity Identifier (UEI) in SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov.

(xvii)    Quoters must submit all questions concerning this solicitation in writing to hunter.tjugum@nist.gov.  Questions shall be received no later than the day following the Site Visit, or by May 24, 2024, at 12:00 PM, Eastern. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.  

(xviii)    All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to hunter.tjugum@nist.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum, Contract Specialist, by email at hunter.tjugum@nist.gov or by phone at 303-497-3663.

Department/Ind.Agency COMMERCE, DEPARTMENT OF
Office
DEPT OF COMMERCE NIST
Contract Opportunities
Notice Type
Combined Synopsis/Solicitation
Updated Date
2024-05-18
Published Date
2024-05-18
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with