Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
SOLICITATION NOTICE

J -- Megadoor Maintenance - PWS

Notice Date
7/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, 177 MSG/MSC, NJ ANG, 400 LANGLEY ROAD, EGG HARBOR TOWNSHIP, New Jersey, 08234-9500, United States
 
ZIP Code
08234-9500
 
Solicitation Number
W912KN17R0021
 
Archive Date
8/19/2017
 
Point of Contact
Johanna Paz, Phone: 6097616097
 
E-Mail Address
johanna.paz.civ@mail.mil
(johanna.paz.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Sheet SCA Wage Determination PWS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The 177th Fighter Wing has a requirement for Annual Maintenance of 27 Megadoor Hangar doors. The work associated with this requirement is delineated in the attached SOW. All services for this requirement shall be performed by personnel certified to work on Megadoor equipment. A copy of Megadoor certification shall be included with the proposal package. The 177FW intends to award a firm fixed price contract for base and two (2) option years for this requirement. This solicitation is set-aside 100% for Small Business. The North American Classification System (NAICS) code for this acquisition is 811310-Commercial and Industrial Machinery and Equipment (except automotive and electronic) Repair and Maintenance. The vendor selected must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.209-2; Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.209-6, Protecting the Government's Interest when subcontracting with contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items- the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, contract Terms and Conditions-Commercial Items; FAR 52.217-5- Evaluation of Options; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8- Utilization of Small Business Concerns; FAR 52.222-3, Convict Labor; FAR 52.222-17, Non-displacement of Qualified Workers; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-41, Service Contract Labor Standards; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.232-1, Payments; FAR 52.232-23, Assignment of Claims; FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-4, Inspection of Services-Fixed Price. The following clauses will be incorporated in full text for this acquisition: FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2012); FAR 52.217-8, Option to Extend Services; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984). BASIS FOR AWARD: Past Performance=Price. Offerors shall provide at least three (3) references, with points of contacts for similar work as per the PWS performed within the last three (3) years on Megadoor equipment. Performance will be evaluated using Relevancy and Confidence ratings. The following DFARS clause will be incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.232.7003-Electronic Submission of Payment Requests and Receiving Reports. The following DFARS clause will be incorporated in full text: DFARS 252.211-7003- Item Unique Identification and Valuation; DFARS 252.232-7006 Wide Area Work Flow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.246-7003, Notification of Potential Safety Issues; DFARS 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations. Wage Determination under the Service Contract Act 2015-4189 Revision No. 3 dated 19 May 2017 applies to this requirement. It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All Federal Acquisition Regulation (FAR) Provisions and Clauses may be viewed in full text at the Table of Contents via the Internet at http://farsite.hill.af.mil/. All firms or individuals responding shall have active registrations in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Information concerning SAM and WAWF registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/. All items/services shall be delivered FOB DESTINATION to 177th Fighter Wing 400 Langley Road, Egg Harbor Twp., NJ 08234. POC is SMSgt. JoAnn Ferguson at 609-761-6096. Proposals MUST be submitted by email to usaf.nj.177-fw.list.fal-msc-contracting@mail.mil NLT 1200hrs, EST, 04 Aug 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28-1/W912KN17R0021/listing.html)
 
Place of Performance
Address: 400 Langley Road, Egg Harbor Twp, New Jersey, 08234, United States
Zip Code: 08234
 
Record
SN04583776-W 20170720/170718234746-e36c79a7931fd68ae186080e574c6c01 (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.