Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
MODIFICATION

63 -- Ft. Carson Seibert Stake Markers

Notice Date
9/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-14-T-0162-01
 
Response Due
9/23/2014
 
Archive Date
11/17/2014
 
Point of Contact
Nicholas Tapp, 719-524-0543
 
E-Mail Address
MICC - Fort Carson
(nicholas.d.tapp.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
**Modification includes answers to questions. See Attachments for more information This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 15.2 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation Number W911RZ-14-T-0162-01. Fort Carson intends to award a Firm-Fixed-Price Contract for Seibert Stake Markers. The North American Industrial Classification System (NAICS) code for this procurement is 339950 with a small business size standard of 500 Employees. This solicitation document & incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75. This requirement shall be solicited through FedBizOps with an unrestricted solicitation. ** NOTE ** Seibert is not a manufacturer it is a type of marker the Government is looking for Contractor to manufacturer. This is a non-commercial item. See attachments listed in quote mark Additional Information quote mark link. This solicitation shall close on 23 September 2014, 12:00 p.m. (Noon) Mountain Time, 2:00 p.m. Eastern Time. Quotes received after this time shall not be considered. An official authorized to bind your company shall sign the quote. The contractor is required to submit a copy of FAR clause 52.212-3 with their quote. If the system of award management (SAM) has been completed, the contractor only needs to fill out section (b) of FAR 52.212-3. The Contractor shall propose the following Contract Line Item Numbers (CLINs) in accordance with Statement of Work and attachments attached below: CLIN 0001 Fabrication of Seibert Markers QTY: 12,000 Each CLIN 0002 FOB Destination (IAW SOW) QTY: 1 Each COMPLETE THE PROPOSAL SHEET AS THE PROPOSAL SCHEDULE Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote to Nicholas Tapp, Contracting Specialist, via email to nicholas.d.tapp.civ@mail.mil. Contractors are required to acknowledge any amendments to this combined synopsis solicitation. The provisions at 52.215-1 Instructions to Offerors and 52.213-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items) apply to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of technically acceptable offeror in accordance with the specifications of required items and lowest evaluated price. Offers will be evaluated on a pass or fail basis to determine whether the proposed quote can provide the required supply items and performance as outlined in the Performance Work State. Contractors shall include in their quote descriptive literature such as illustrations, drawings, samples, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/ or www.acquisition.gov/far/. Provisions: 52.204-7 System for Award Management 52.212-3 Certs and Reps 52.212-3 Alt I Certs and Reps 52.215-1 Instructions to Offerors - Competitive Acqusition 52.233-2 Services of Protest 52.237-1 Site Visit 52.252-1 Solicitation Provision Incorporated by Reference 52.252-5 Authorization of Deviations in Provisions 252.203-7005 Representative relating to compensation of former DOD Official 252.204-7011 Alternative Line Structure 252.209-7001 Disclosure of Ownership or control by terrorist country 252.209-7999 deviation 2012-O0004 representation by Corp regarding an Unpaid Delinquent Tax Liability. 252.215-7007 Notice of Intent to Resolicit 252.225-7000 Buy American - Balance of Payment Program Certification 252.225-7031 Secondary Arab Boycott of Israel Clauses: 52.204-13 System for Award Management Maintenance 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items) 52.229-3 Federal State and Local Taxes 52.232-40 Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 252.203-7000 Req. relating to Comp. of former DOD officials 252.204-7003 Control of Govt Personnel Work Product 252.204-7004 Alt A System for Award Management 252.209-7004 Subcontracting with firms that are owned or controlled by the Government of a terrorist country 252.211-7003 Alt I Item Identification and Valuation 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7012 Preference for certain domestic commodities 252.232-7003 Electronic submission of payment requests and receiving reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.247-7023 ALT III Transportation of supplies by sea 52.252-2 Clauses incorporated by reference (http://farsite.hill.af.mil) 252.212-7001 Contract Terms and Conditions required to implement statues or executive orders 5152.233-4000 (AMC Level Protest Sept 2011) 5152.209-4000 (DOD Anti-Terrorism (AT) Standards (Feb 2009) Quotation shall be emailed to Mr. Tapp, Contracting Specialist, via email to nicholas.d.tapp.civ@mail.mil not later than 12:00 PM Mountain Daylight Time (MDT) on 23 September 2014 (2PM EST). Quotes shall be effective for 30 calendar days after close of solicitation. MICC-Fort Carson will not accept inquiries or quotations via telephone or facsimile inquiries. To be eligible for an award, contractor must be registered in the System For Award Management (SAM) database. A contractor can contact SAM at https://www.sam.gov/portal/public/SAM/ NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c0e507261436b1a8cae8505bc1ff9ffc)
 
Place of Performance
Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN03517379-W 20140920/140918235100-c0e507261436b1a8cae8505bc1ff9ffc (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.