Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOLICITATION NOTICE

46 -- Replacement Filters for Paint Hangar

Notice Date
7/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Mississippi, 144 Military Drive, JACKSON, Mississippi, 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
F7G2MF6119AW01
 
Archive Date
8/31/2016
 
Point of Contact
Lesley E. George, Phone: 6014058341
 
E-Mail Address
lesley.e.george.mil@mail.mil
(lesley.e.george.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 172d Airlift Wing Contracting Office, Flowood, MS intends to issue a purchase order for the following items: CLIN 0001 - Poly Pad - 1ST STAGE, 72"x192"x1/2" (½" thick up to 1" thick pre-filter sheet), Part #7219212-PP or Equal. QTY: 70 CLIN 0002 - Poly panel - 2ND STAGE, 24"X24", Part# 2424-300P or Equal. QTY: 3,098 CLIN 0003 - 6 Pocket 95% bag filter - w/gasket - 3RD STAGE, 24"X24"X15", Part# 242415-B956 or Equal. QTY: 3,098 • Unit Identification Code (UIC) for the Requiring Activity: F7G2MF • Issuing Office DoDAAC: W9127Q BASIS OF AWARD: A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process with technically acceptable and price being equal. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet athttp://farsite.hill.af.mil/. Quotes must be for services stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Note: Funds are not presently available for this agreement. The Government's obligation under this agreement is contingent upon the availability of appropriated funds from which payment for agreement purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this agreement and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Quotes are due no later than 12:00 P.M. CDT, 16 August 2016 to USPFO-MS-PC, Attn: SSG Lesley George, 141 Military Drive, Flowood, MS 39232-8861. Quotes can be emailed to lesley.e.george.mil@mail.mil or faxed to 601-313-1569. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. APPLICABLE CLAUSES/PROVISIONS: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clauses are Applicable: 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 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - System for Award Management FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-2, Evaluation-Commercial Items FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.232-18, Availability of Funds FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation DFARS 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.225-7000, Buy American and Balance of Payments Program DFARS 252.225-7002, Restrictions on food, clothing, fabric, hand or measuring tools, and flags DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions. Filters are three stage arrestor system 1st stage consists of Poly Pad, Part #7219212-PP or Equal, 72"x192"x1/2" (½" thick up to 1" thick pre-filter sheet), 70 qty., 2nd stage consists of Poly Panel, Part# 2424-300P or Equal, 24"X24", 3098 qty., and 3rd stage consists of a 95% 6 Pocket bag filter, Part# 242415-B956 or Equal, 24"X24"X15, 3098 qty. Filters are required to meet the National Emission Standard for Hazardous Air Pollutants (NESHAP) for Aerospace Manufacturing and Rework Facilities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/F7G2MF6119AW01/listing.html)
 
Place of Performance
Address: 172 Airlift Wing, Flowood, Mississippi, 39232, United States
Zip Code: 39232
 
Record
SN04201248-W 20160731/160729234227-9b5ebc9ff4ded032c616d4207ce1fd6e (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.