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
MODIFICATION

63 -- Vindicator Intrusion Detection System - questions002

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, National Guard Bureau, 148 FW/MSC, 4685 Viper St., Duluth, Minnesota, 55811-6012, United States
 
ZIP Code
55811-6012
 
Solicitation Number
W912LM15T4037
 
Archive Date
10/1/2015
 
Point of Contact
Christopher C Fisher, Phone: 2187887242
 
E-Mail Address
christopher.c.fisher10.mil@mail.mil
(christopher.c.fisher10.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
questions002 Changelog2: Added question answers (document questions002). Changelog1: Added question answers (document questions001). Synopsis: 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 Full and Open. North American Industrial Classification Standard 561621 applies to this solicitation; business size standard is $20.5m. The following is needed: -Vindicator Intrusion Detection System (per the PWS). This project is currently unfunded and will be awarded based on the availability of funds. 52.232-18 Availability Of Funds APR 1984 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 All factors are of equal weight. ****Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3).****'' Include past performance information: other military, commercial, and civilian companies with whom your products have been installed. Include country of manufacture for all items. Include feasible installation dates as well. Building drawings will be provided on request to vendors capable of competing for this requirement. Site visit is planned for 9 Sep, 10:00AM. For access to base, email usaf.mn.148-fw.list.MSC-Personnel@mail.mil requesting authorization forms. A background check will be completed. Access to base will be denied if forms are not completed in a timely manner. 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 usaf.mn.148-fw.list.MSC-Personnel@mail.mil. Questions will be answered at the discretion of the Contracting Officer. Please make quotes good for 90 days if possible. Emailed quotes are preferred. Quotes must be received by no later than 1:00 PM CST, 16 Sep 2015. Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be 'secured', 'locked', or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. Clauses and Provisions: 52.222-41 -- Service Contract Labor Standards. (May 2014) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2015) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.219-8, Utilization of Small Business Concerns (Oct 2014) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-35, Equal Opportunity for Veterans (Jul 2014) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2011) 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations, DEC 2014 52.212-4, Contract Terms and Conditions--Commercial Items, MAY 2015 52.225-1, Buy American--Supplies, MAY 2014 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, SEP 2011 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, SEP 2013 252.204-7012, Safeguarding of Unclassified Controlled Technical Information, NOV 2013 252.223-7008, Prohibition of Hexavalent Chromium, JUN 2013 252.225-7001, Buy American And Balance Of Payments Program-- Basic (Nov 2014), NOV 2014 252.225-7048, Export-Controlled Items, JUN 2013 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, JUN 2012 252.232-7010, Levies on Contract Payments, DEC 2006 252.247-7023, Transportation of Supplies by Sea, APR 2014
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-1/W912LM15T4037/listing.html)
 
Place of Performance
Address: 4685 Viper Street, Duluth, Minnesota, 55811, United States
Zip Code: 55811
 
Record
SN03880338-W 20150912/150911000328-4523c92b08f1c42a04ba1947d14f1a90 (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.