Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

71 -- Provide and install roller shades for the Military Entrance Processing Command (MEPCOM) Headquarters Facility located in Chicago, Illinois

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-15-T-0036
 
Response Due
9/18/2015
 
Archive Date
11/9/2015
 
Point of Contact
Quincy McNeil, 757-201-7136
 
E-Mail Address
USACE District, Norfolk
(quincy.a.mcneil@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. 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; proposals are being requested and a written solicitation will not be issued. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and Army Single Face to Industry (ASFI). The RFQ number is W91236-15-T-0036. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-75 and DFARS Change Notice 20140721. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 238390 and the Small Business Standard is $15M. The proposed contract is 100% set aside for small business concerns. The U.S. Army Corps of Engineer Norfolk District requests responses from qualified sources capable of providing and installing roller shades as specified on the attached bid schedule for the Military Entrance Processing Command (MEPCOM) Headquarters facility located in Chicago, Illinois. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items ; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 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, Affirmative Action for Workers with Disabilities 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.228-3, Workers' Compensation Insurance (DEFENSE BASE ACT) 52.232-33, Payment 52.233-2, Service of Protest 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated By Reference Additional contract terms and conditions applicable to this procurement are: DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFAR 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFAR 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFAR 252.247-7023 (iv) Alt III Transportation of Supplies by Sea DFAR 252.223-7008 Prohibition of Hexavalent Chromium DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010 Levies on Contract Payments This announcement will close and quotes are due by 1600 on Friday, 18 Sep 2015. Late quotes will be handled in accordance with FAR 52.212-1(f). Signed and dated offers, to include a complete listing of all items, must be submitted to the US Army Corps of Engineers, Contracting Office, Attn: Quincy McNeil, Phone (757) 201-7136, E-mail: quincy.a.mcneil@usace.army.mil. Oral communications are not acceptable in response to this notice. Offers shall be submitted via E-mail only.**Please complete the attached Bid Schedule when submitting a bid.** All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Offerors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. See Section I Overview and Section II Factors for Evaluation for all instructions, conditions, and notices to offerors or respondents for preparation of technical and price quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-15-T-0036/listing.html)
 
Place of Performance
Address: USACE District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
 
Record
SN03880094-W 20150912/150911000104-23d0e2348fc51069f99e9da13ec5138c (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  © 1994-2020, Loren Data Corp.