Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
MODIFICATION

35 -- Fall Restraint System - Analysis

Notice Date
9/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 141 MSG/MSC, WA ANG, 2 SOUTH OLYMPIA AVENUE, FAIRCHILD AFB, Washington, 99011-9439, United States
 
ZIP Code
99011-9439
 
Solicitation Number
W912K3-17-R-2005
 
Archive Date
9/30/2017
 
Point of Contact
Dennis K. Jutras, Phone: 5092477221
 
E-Mail Address
dennis.jutras.2@us.af..mil
(dennis.jutras.2@us.af..mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Lead Paint Analysis This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. Solicitation number W912K3-17-R-2005 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 19 JAN 2017 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20161222. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 332312 with business size not to exceed 500 Employees. Description of Requirement: CLIN 0001: Design, Fabricate and Install Fall Restraint System - Hangar 1033, Fairchild AFB, WA in accordance with the attached Statement of Objectives (SOO) dated 7 July 2017. *NOTE: SEE ATTACHED LEAD PAINT ANALYSIS. AWARDEE WILL BE EXPECTED TO TAKE APPROPRIATE PRECAUTIONS* QTY 1 JOB Total $__________________ The Government intends to award a single Firm-Fixed price award without discussions. All offers will be evaluated a Low Priced Technically Acceptable Basis. Offers must meet the specifics of the requirement as outlined in the Statement of Objectives to be considered Technically Acceptable. Delivery and Installation of Fall Restraint System: 90 days After Date of Contract (ADC) Site Visit: A site visit will be held on Wednesday, August 30 th 2017 at 1:00 PM. Interested parties should contact the 141 st Contracting Office by Friday, August 25 th 2017 to coordinate Base Access Requests. Attendance of the site visit is highly encouraged in order for the contractor to have a full understanding of the requirement and submit a responsible quote. Questions: All questions must be submitted in writing to the Contracting Officer no later than Wednesday, September 6 th 2017. Answers will be posted to FBO in the form of an amendment to this solicitation. All offerors must acknowledge all amendments at the time they submit their offer. Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time on Wednesday September 15 th 2017. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information: BUYER: SMSgt Dennis Jutras, dennis.jutras.2@us.af.mil (509) 247-7221 Alternate Buyer: MSgt Matthew Richard, matthew.richard@us.af.mil (509) 247-7223 Emails: 141MSG.MSC@us.af.mil Administrative Information: Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code 332312. Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES: The following provisions and clauses are applicable to this solicitation: Incorporated by reference: P- 52.204-7 -- System for Award Management P- 52.204-16, Commercial and Government Entity Code Reporting P- 52.211-6, Brand Name or Equal P- 52.212-1, Instructions to Offerors-Commercial Items P- 52.212-3 Alt 1: Offeror Representations and Certifications- Commercial Items P- 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services- Certification P- 52.222-55, Minimum Wages Under Executive Order 13658 P- 252.203-7001, Representation Relating to Compensation of Former DoD Officials P- 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation P- 252.204-7011, Alternative Line Item Structure P- 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations P- 252.225-7000, Buy American Statute-Balance of Payments Program Certificate P- 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments C- 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements C- 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 C-52.204-9, Personal Identity Verification of Contractor Personnel *C- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards C- 52.204-13 - System for Award Management Maintenance C- 52.204-18, Commercial and Government Entity Code Maintenance C- 52.204-19, Incorporation by Reference of Representations and Certifications *C- 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment *C- 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations C- 52.211-16 -- Variation in Quantity C- 52.212-4, Contract Terms and Conditions-Commercial Items *C- 52.219-6, Notice of Total Small Business Set Aside *C- 52.219-28 - Post-Award Small Business Program Representation *C- 52.222-3, Convict Labor *C- 52.222-19, Child Labor- Cooperation with Authorities and Remedies *C- 52.222-21, Prohibition of Segregated Facilities *C- 52.222-26, Equal Opportunity *C- 52.222-36, Equal Opportunity for Workers with Disabilities *C- 52.222-50, Combating Trafficking in Persons *C- 52.223-15, Energy Efficiency in Energy Consuming Products *C- 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving *C- 52.225-13, Restrictions of Certain Foreign Purchases *C- 52.232-33, Payment by Electronic Funds Transfer- SAM C- 52.232-39, Unenforceability of Unauthorized Obligations C- 52.232-40, Providing Accelerated Payments to SB Subcontractors *C- 52.233-3, Protest After Award *C- 52.233-4, Applicable Law for Breach of Contract Claim C- 52.237-2, Protection of Government Buildings, Equipment, and Vegetation C- 252.203-7002 Requirement to Inform Employees of Whistleblower Rights C- 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements C- 252.204-7003 Control of Government Personnel Work Product C- 252.204-7004 Alternate A, System for Award Management C- 252.204-7012 Safeguarding of Unclassified Controlled Technical Information C- 252.204-7015, Disclosure of Information to Litigation Support Contractors C- 252.223-7008, Prohibition of Hexavelent Chromium C- 252.225-7001, Buy American and Balance of Payments Program C- 252.225-7002 Qualifying Country Sources as Subcontractors C- 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments C- 252.225-7048 Export-Controlled Items C- 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports C-252.232-7010, Levies on Contract Payments C- 252.243-7001 Pricing of Contract Modifications C- 252.244-7000, Subcontracts for Commercial Items C- 252.247-7023, Transportation of Supplies by Sea Incorporated in full text: P- 52.212-1, Instructions to Offerors-Commercial Items: At a minimum, the vendor must submit a price schedule which asserts they will provide the supplies/services to the minimum standards indicated in the solicitation/PWS. P- 52.212-3 Alt. I, Offeror Representations and Certifications--Commercial Items--Alternate I P- 52.212-2, Evaluation-Commercial Items: The Government will award a firm-fixed priced contract. Unless a significant price disparity exists which deems a large business suitable for award, award will be made to a small business. Only one award will be made, unless it is in the best interest of the Gov't to issue multiple awards. The Government intends to award a firm-fixed price contract to the responsible vendor whose quote conforming to the solicitation provides the Best Value to the Government. " Best value" means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. In accordance with FAR 12.602 & FAR 13.106-2, technical, price & past performance will be considered in the streamlined evaluation. In the best value decision, the Government may consider any readily available value indicators (examples include past performance, special features of the supply or service required for effective program performance, trade-in considerations, probable life of the item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, and delivery terms). This may result in award being made to a higher-rated, higher-priced quote. The Government's selection of a higher-rated, higher-priced quote will be supported by a determination that the technical/past performance superiority warrants the additional cost involved. P- 52.252-1 -- Solicitation Provisions Incorporated by Reference (FILLIN: http://farsite.hill.af.mil ) P- 52.252-5 -- Authorized Deviations in Provisions P- 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law P- 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations C-52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items *clauses with asterisks are included by reference C-52.252-2, Clauses Incorporated by Reference (FILLIN: http://farsite.hill.af.mil ) C-52.252-6, Authorized Deviations in Clauses (FILLIN: DFARS Vol II) C- 252-211-7003, Item Unique Identification and Valuation C- 252.232-7006, Wide Area Work Flow Payment Instructions C-252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance Systems Notice to Offerors (a) In compliance with Class Deviation 2012-O0015, the following do not apply to this solicitation/contract: (1) 52.212-1, paragraph (k). (2) 52.212-4, paragraph (t). (3) 52.212-3--Alternate I, introductory paragraph and paragraph (b). (b) Offerors are required to complete 52.212-3--Alternate I, paragraphs (c) through (o). (c) Deviation clause 52.204-99, System for Award Management Registration, is required and is added/included by addendum. Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/W912K3-17-R-2005/listing.html)
 
Place of Performance
Address: Hangar 1033, Fairchild AFB, Washington, 99011, United States
Zip Code: 99011
 
Record
SN04672223-W 20170914/170912231424-0713fa5a4e554812a6c77aa7d28d44b9 (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.