Amendment # 1:The purpose of this amendment is to update the following:1. Extension of solicitation closing date from 1200 HST, 29 July 2020 to 1200 HST, 30 July 2020.2. Update requirement for contractor provided technician for the oversight of module installation.- Provided technician will be required to arrive in Guam 17 days prior to RDD (4 SEP 20) to satisfy 14 day quarantine requirement and 3 day COVID Test results period. Total expected lodging period is now 19 days, which includes the expected 2 day install period.- The technician for the duration of lodging at Guam for quarantine requirement and install period will be required to stay at military lodging at either Naval Base Guam or Anderson AFB. If selected for award, the military unit will provide contact information to contractor to make reservations directly. The maximum lodging rate for Guam per the JTR is $159.00 per night. - Upon arrival to Gaum, the provided technician will be received, escorted, and
transported by military personnel to quarantine location. Contractor will not need to provide their own transportation during this time.- Contractor will need to be prepared to provide their own transportation once the quarantine requirement is satisfied and receives a negative COVID test. This transportation is for movement to and from military lodging to the LSV site for the two day install period.- The administered COVID test at the conclusion of quarantine is provided by the military at no cost to the contactor. All other terms and conditions remain the same. 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. W912CN-20-Q-S005 is issued as an invitation to Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. The North American Industry Classification System (NAICS) Code for this acquisition is 532490 – “Other Commercial and Industrial Machinery and Equipment Rental and Leasing”. The size standard is 35 (millions of dollars). It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. This acquisition is set as full and open and is unrestricted. Description of Requirement: The 545TH Transportation Detachment, 8TH Theater Sustainment Command has a requirement for the lease of two (2) Off Shore Portable Accommodation Modules from 4 September 2020 to 25 September 2020. Each module requested is required to accommodate a minimum of 12 occupants each. The required modules must be capable of attaching to the deck surface of a U.S. Army Logistics Support Vessel (LSV), and meet all specifications as outlined in the attached salient characteristics. Photos of the LSV’s electrical, fire, and PA panels are attached to provide further understanding of additional material needed to ensure successful installation of the models to the vessels. The required delivery date of the modules is no later than 4 September 2020.The delivery location is as follows: 545th Transportation Detachment, LSV4, Apra Harbor, Piti Guam,Offeror must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at
http://www.sam.gov.Below is the proposed CLIN structure for reference in submitting quotes:Line Item Description0001 Lease of two (2) Off Shore Portable Accommodation Modules (4 September 2020 through 25 September 2020).0002 Installation Support; technical support to supervise connections of the modules to the LSV.0003 Initial Shipping; from between point of origin to Guam. 0004 Return Shipping: from Guam to point of origin. This acquisition incorporates by reference the following clauses and provisions:52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions SEP 200752.203-12 Limitation on Payments to Influence Certain Federal Transactions52.204-7 System for Award Management OCT 201852.204-9 Personal Identity Verification of Contractor Personnel JAN 201152.204-13 System for Award Management Maintenance OCT 201852.204-16 Commercial and Government Entity Code Reporting JUL 201652.204-18 Commercial and Government Entity Code Maintenance JUL 201652.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services52.232-23 Assignment of Claims MAY 201452.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 201352.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 198452.246-4 Inspection of Services – Fixed Price AUG 199652.247-34 FOB Destination NOV 1991252.203-7000 Requirements Relating to Compensation of Former DoD Officials252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation DEC 2019252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation DEC 2019252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations SEP 2019252.215-7008 Only One Offer JUL 2019252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018252.232-7006 Wide Area Work Flow Payment Instructions MAY 2013252.232-7010 Levies on Contract Payments DEC 2006252.243-7001 Pricing of Contract Modifications DEC 1991252.244-7000 Subcontracts for Commercial Items JUN 2013252.247-7003 Transportation of Supplies by Sea—Basic FEB 2019 Please see the attached Clauses and Provisions Document, which includes all clauses and provisions incorporated by full text that apply to this solicitation. Question Submission: Offerors are requested to review this solicitation in its entirely, including attachments, and urged to submit any questions regarding this document to the Contracting Officer and Contract Specialist in writing via email (
ryan.g.lee.civ@mail.mil and
daniel.k.jernigan.mil@mail.mil) no later than 1200 HST, 28 July 2020 Any questions received thereafter may not be processed.Submittal Requirements: All quotations submitted shall confirm offered products are in accordance with the attached salient characteristics. All quotations shall include the following:Pricing data as reflected per the referenced CLIN structure provided in this solicitation. A specification sheet/reference material documents of the equipment and material offered to show conformance to the requested requirements. Submittal Deadline: The Offeror shall provide quotes via email to:
ryan.g.lee.civ@mail.mil and
daniel.k.jernigan.mil@mail.mil with the supporting documents as specified no later than 29 July 2020, 1200, Hawaii Standard Time. *******End of Combined Synopsis/Solicitation*******