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

S -- Reline MSA Sanitary Sewer

Notice Date
9/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, National Guard Bureau, 148 MSG/MSC, MN ANG, 4685 Viper St., Duluth, Minnesota, 55811-6012, United States
 
ZIP Code
55811-6012
 
Solicitation Number
W912LM17T4039
 
Archive Date
9/30/2017
 
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
Changelog 2: Changed closing date to 15 Sep. Changelog 1: Clarified that the Site Visit time is 900 AM Central Time. 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 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 Federal Acquisition Circular FAC 2005-95. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 561620 applies to this solicitation; business size standard is $38.5m employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. The following is needed: CLIN0001 - 1 Job. Contractor to provide all materials, equipment and supervision necessary to reconstruct sewer collection lateral serving the Munitions Storages Area at the 148th Fighter Wing, Duluth International Airport without excavating the entire existing pipeline. The existing sewer lateral is Vitreous Clay Pipe (VCP). There is approximately 225 linear feet of 6" VCP and 75 linear feet of 8" VCP that needs be reconstructed. Lining system shall be a Perma-Liner Industries, LLC, Cured-In-Place-Pipe system or approved equal. Linear footage shall be verified prior to submitting a proposal. Contractor will be responsible to verify new lining integrity by video inspection after the new lining is installed. CLIN0002 - 1 Job. Manpower reporting. Report all Contractor labor hours required for performance of services provided using the following web address: http://www.ecmra.mil/. This is a relining of existing pipe and is being treated as a Service Contract Act purchase: 52.222-41 Service Contract Labor Standards MAY 2014 23790 - Pipefitter, Maintenance might be one of the relevant wage rates. Additional information, such as blueprints, will be released to capable vendors on request. ****Site Visit**** Site visit dates are scheduled for 6 Sep 17. 0900CST. All vendors wanting access to base will need to contact MSgt Fisher (usaf.mn.148-fw.list.msc-personnel@mail.mil) at least 3 days before scheduled site visit dates, fill out a background request form, and successfully pass a background check. ****Quotation instructions**** Multiple solutions to the requirement should be offered as alternative quotes and will be evaluated as separate offers. Multiple solutions are encouraged. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Standing quotes may be considered as responsive if in the best interest of the government. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Quotes will be evaluated on Price, Past Performance, and Compliance with Vision. Vendor must provide a list of all items to be provided, the quantity and country of origin. Failure to provide country of origin may disqualify a quote if the contracting officer is unable to determine the country of origin. If an individual item of supply is valued over $5,000, contractor must comply with 252.211-7003 Item Unique Identification and Valuation. VIN, MEID, ESN, GIAI, and GRAI are considered equivalent of a UID. Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery/installation dates as well. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. 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 148 Contracting Officer via email at usaf.mn.148-fw.list.msc-personnel@mail.mil. Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 30 days, if possible. Emailed quotes are preferred. 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**** FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 52.207-4 ECONOMIC PURCHASE QUANTITY--SUPPLIES (AUG 1987) FAR 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) FAR 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2017) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JAN 2017) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS -- ALTERNATE I (OCT 2014) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JAN 2017) FAR 52.212-5 (Deviation) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017) FAR 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014 FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) FAR 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) FAR 52.222-26 EQUAL OPPORTUNITY (SEP 2016) FAR 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (FEB 2016) FAR 52.222-37 EMPLOYMENT REPORTS ON VETRANS (FEB 2016) FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) FAR 52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (DEC 2015) FAR 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) FAR 52.223-11 OZONE-DEPLETING SUBSTANCES AND HIGH GLOBAL WARMING POTENTIAL HYDROFLUOROCARBONS (JUN 2016) FAR 52.223-15 ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTS (DEC 2007) FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) FAR 52.225-18 PLACE OF MANUFACTURE (MAR 2015) FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS (OCT 2015) FAR 52.226-6 PROMOTING EXCESS FOOD DONATION TO NONPROFIT ORGANIZATIONS (MAY 2014) FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984) FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) FAR 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1981) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) DFARS 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) DFARS 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) DFARS 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM--STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) DFARS 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) DFARS 252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE BASIC (NOV 2014) (NOV 2014) DFARS 252.225-7031 SECONDARY ARAB BOYCOTT OF ISREAL (JUN 2005) DFARS 252.225-7036 BUY AMERICAN-FREE TRADE AGREEMENT-BALANCE OF PAYMENTS PROGRAM BASIC (DEC 2016) (DEC 2016) DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC (APR 2014) DFARS 252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA (MAR 2000)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-1/W912LM17T4039/listing.html)
 
Place of Performance
Address: Duluth, Minnesota, 55811, United States
Zip Code: 55811
 
Record
SN04674213-W 20170914/170912232943-dba04c16e6fb6e41bdd3ad4c50fc2339 (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.