Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
MODIFICATION

Z -- Duluth ANG Roof Repair

Notice Date
8/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
148 FW/MSC, 4685 Viper St., Duluth, MN 55811-6012
 
ZIP Code
55811-6012
 
Solicitation Number
W912LM13T4027
 
Response Due
8/26/2013
 
Archive Date
10/14/2013
 
Point of Contact
Christopher Fisher, 218-788-7242
 
E-Mail Address
148 FW/MSC
(148fw.msc@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: *Modification extended the solicitation close date and institutes questions and site visit cutoff 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 238160 applies to this solicitation; business size standard is $14 million. The following is needed: -A repair or modification of current roof configuration to alleviate snow, ice and debris issues with current roof. The roof area is about 13' by 82' on either side, approximately 4000 sq. feet. Location is at the Duluth, MN ANG base. http://maps.google.com/maps?q=duluth.mn.ang The MN ANG will be procuring this as a Best Value procurement in accordance with the following evaluation factors: Provision 52.212-2 Evaluation-Commercial Items is amended to read: Evaluation Factors and Sub Factors: -Price -Past Performance -Technical Capability Technical capability will be evaluated based on the proposed solution to the issue. Multiple solutions can be offered. Each will be treated as a separate quote. All factors are of equal weight. Quote must include: -Total price -A detailed description of services to be complete -Past performance information: other military, commercial, and civilian companies with whom your products have been installed. Include country of manufacture for all items. -Feasible completion dates -DUNS number or CAGE code Site Visit information: A site visit was held on 30 Jul 2013 at 10:00 AM. See quote mark additional documentation attachment quote mark. No additional site visits will be held. Currently this project is unfunded, and will be funded subject to availability of funds. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL QUOTES. Contractor Registration (SAM) prior to award. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. All questions and quotes must be directed to MSgt Christopher Fisher via email at 148FW.MSC@ang.af.mil. Please make quotes good for 90 days if possible. Questions will not be accepted after 16 Aug 2013. Emailed quotes are preferred. Quotes must be received by no later than 1:00 PM CST, 26 Aug 2013. Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be quote mark secured quote mark, quote mark locked quote mark, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and file size should be less than 10MB. Clauses and Provisions: 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS Sep-11, 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS Jan-09, 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS Nov-11, 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT Apr-92, 252.204-7004 ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION Sep-07, 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS May-12, 252.204-7008 EXPORT-CONTROLLED ITEMS Apr-10, 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS Mar-08, 252.232-7010 LEVIES ON CONTRACT PAYMENTS Dec-06, 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL Nov-10, 252.243-7001 PRICING OF CONTRACT MODIFICATIONS Dec-91, 52.204-7 CENTRAL CONTRACTOR REGISTRATION Feb-12, 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS May-12, 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION Apr-12, 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE Nov-11, 52.222-21 PROHIBITION OF SEGREGATED FACILITIES Feb-99, 52.222-26 EQUAL OPPORTUNITY Mar-07, 52.222-3 CONVICT LABOR Jun-03, 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES Oct-10, 52.222-41 SERVICE CONTRACT ACT OF 1965 Nov-07, 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES May-89, 52.222-50 COMBATING TRAFFICKING IN PERSONS Feb-09, 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING Aug-11, 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES Jun-08, 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN--REPRESENTATION AND CERTIFICATION Nov-11, 52.232-1 PAYMENTS Apr-84, 52.232-11 EXTRAS Apr-84, 52.232-23 ASSIGNMENT OF CLAIMS Jan-86, 52.232-25 PROMPT PAYMENT Oct-08, 52.232-8 DISCOUNTS FOR PROMPT PAYMENT Feb-02, 52.233-1 DISPUTES Jul-02, 52.233-3 PROTEST AFTER AWARD Aug-96, 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM Oct-04, 52.243-1 CHANGES--FIXED-PRICE -- ALTERNATE I Apr-84, 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS Dec-10, 52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM) Apr-84, 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE Feb-98, 52.252-2 CLAUSES INCORPORATED BY REFERENCE Feb-98, 52.253-1 COMPUTER GENERATED FORMS Jan-91
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-1/W912LM13T4027/listing.html)
 
Place of Performance
Address: 148 FW/MSC 4685 Viper St., Duluth MN
Zip Code: 55811-6012
 
Record
SN03151317-W 20130817/130816000458-e9c9b0891403425a452e008235883cd0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.