Combined Synopsis/Solicitation Number: W912HQ-21-ACO-0001– Request for Proposals
Title: U.S. Army Corps of Engineers, Humphrey Center Elevator Mackenzie Room Acoustic Upgrade.
Contracting Activity: US Army Corps of Engineers (USACE) Humphreys Engineer Center
Support Activity (HECSA)
Requiring Activity: The Humphreys Engineer Center Support Activity (HECSA)
Subject: Request for Quote (RFP) – Beta.SAM Combined Synopsis/Solicitations– Set-aside – Small Business Set-aside – NAICS Code 238310, Drywall and Installation Contractors (Acoustical ceiling tile and panel installation), with a size standard of $16.5M for 238310.
Period of Performance (POP): The selected prime vendor is expected to complete this project within one hundred (100) days of Task Order award. The time on site is expected to be approximately thirty (30) business days.
Description of Requirement: The contractor shall provide all labor and materials to perform the Mackenzie Room Acoustic Upgrade as described in the Performance Work Statement (PWS)
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. Quotes are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 2005-96, Effective: 13 January 2017.
This requirement is a Combined Synopsis/Solicitation for carrying out an acoustical treatment solution to redress the reverberation issues of the Mackenzie Room in the HECSA Kingsman Building for the United States Army Corps of Engineers (USACE), Humphreys Engineering Center Support Activity (HECSA). The NAICs code is 238310, Drywall and Installation Contractors (Acoustical ceiling tile and panel installation). SMALL BUSINESS SET-ASIDE: This solicitation is set-aside for Small Businesses, in accordance with FAR 52.219-6 – Notice of Small Business Set-aside. The size standard for this NAICS for code 238310 is $16.5 million.
Mackenzie Room Acoustic Upgrade - Answers to Contractor Questions (12/17/2020)
Please see the attached document for additional information on for this project in the form of answers to Contractor Questions.
Mackenzie Room Acoustic Upgrade Proposal Due Date Change (12/15/20)
The due date for proposals to this solicitation is being changed from 5:00 PM EDT on 18 December 2020 to 5:00 PM on 22 December 2020. This change is being made due to anticipated forthcoming additional project related information and requirements that will be posted in the coming days.
Mackenzie Room Design Clarifications (12/10/20)
Proposal Submission Instructions:
Submission: Proposals shall be electronically submitted to the POC above. Your submission shall include two separate parts: 1) Price quote and 2) Non-Price quote. The Non-Price quote shall be submitted in MS Word 2000 or higher, but not greater than MS Word 2013, or searchable PDF format. The Price quote shall be submitted in MS Word or MS Excel 2000 or higher, but not greater than MS Word or MS Excel 2013 format. The firewall utilized by the Government contracting office does not authorize or accept zip files. 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 quote, the Government will acknowledge receipt of that quote via email to the offeror.
Proposal Content and Format Instructions:
Quotes shall be provided in two separate volumes (technical and price) and shall be clearly and concisely written as well as being indexed and logically assembled. The Offeror shall quote in accordance with the terms and conditions of their base GSA contract.
Administrative Format Instructions:
The Offeror’s technical quote shall contain the following:
CLIN Labor Category Unit of Issue Total
0001 Mackenzie Room Acoustic Upgrade Job $
Evaluation Criteria: - LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA)
Basis for award: The Government will award a contract resulting from this combined
synopsis/solicitation on the basis of the lowest evaluated technically acceptable price of responsible offers in accordance with Attachment 1 (PWS).
Ratings for Evaluation Factors:
Table A-1 Technical Rating
Rating Description
Acceptable Quote clearly meets the minimum requirements of the solicitation
Unacceptable Quote does not clearly meets the minimumrequirements of the solicitation
Clauses/Provisions: See Attachment 5 to view the provisions incorporated into this solicitation.
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.
52.212-3 Offeror Representations and Certifications-Commercial Items.
Offeror Representations and Certifications-Commercial Items (Oct 2018)
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov.
(b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM
(2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201).
Attached Files
Attachment 1 – Performance Work Statement (PWS)
Attachment 2 – Wage Determination 15-4281, Revision 16
Attachment 3 and 4 – Mackenzie Room Photos
Attachment 5 – Provisions