Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

71 -- TAMC High Density Mobile Aisle Track Carriage Systems - SOW for High Density Mobile Aisle Track Carriages

Notice Date
8/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 413th CSB (W912CN) RCO Hawaii, 742 Santos Dumont Ave., BLDG 108, Wheeler Army Air Field (WAAF), Schofield Barracks, Hawaii, 96857, United States
 
ZIP Code
96857
 
Solicitation Number
W912CN-18-P-0111
 
Archive Date
9/7/2018
 
Point of Contact
Yasmin A. Restrepo, Phone: 8086561042
 
E-Mail Address
yasmin.a.restrepo.civ@mail.mil
(yasmin.a.restrepo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Scope of Work The Regional Contracting Office, Hawaii has a requirement for twenty-four (24) high density mobile aisle track carriages for the care and storage of medical supplies with the following measurements (25X49X72) to be delivered and installed at Tripler Army Medical Center, Hawaii. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W912CN-18-P-0111 and is being issued as a Request for Quotes (RFQ). This is an all-or-none requirement and partial quotes will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the lowest priced responsible Offeror whose offer conforms to the requirements as stated in the combined synopsis/solicitation and is most advantageous to the Government based on the criteria listed in the Solicitation. The Federal Supply Classification (FSC) is 7125 Cabinets, Lockers, Bins, and Shelving and The North American Industry Classification System (NAICS) code is 337215 Showcase, Partition, Shelving, and Locker Manufacturing and this procurement is not being set-aside for small businesses. Offerors must be registered the System for Award Management (SAM) and all responsible sources may submit a quotation which, if timely received, will be considered by the Agency. Invoicing will be required to go through Wide Area Work Flow (WAWF) at https://wawf.eb.mil/ All questions concerning this combined synopsis and solicitation must be directed to Yasmin Restrepo at the below contact information: Phone Number: 808-656-1042 and e-mail yasmin.a.restrepo.civ@mail.mil by 1100 hours Hawaii Standard Time on 21 August 2018. All answers to FBO will be posted to this combined synopsis/solicitation. Quotes are due no later than the response date in the posting. Quotes need to include the CAGE code of the business submitting the quote. Responses/offers shall be submitted electronically, PDF or MS Word Format to yasmin.a.restrepo.civ@mail.mil. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement. No telephone requests. All requests must include company name, address, POC name, telephone number, fax number, cage code, Tax ID number, Business size, county and DUNS number. The quantities, units of measure, description and information on the equipment items being requested are listed in the Statement of Work for High Density Mobile Aisle Track Carriages attached to this FBO posting. Upon award of contract items should be installed within 90 days After Date of Contract (ADC) to: Tripler Army Medical Center (TAMC) ATTN PBO, Upper Level 161 Krukowski Road Tripler Army Medical Center, HI 96859-5000 The following Federal Acquisition Regulation (FAR) provisions and clauses which can be found at http://farsite.hill.af.mil/and DOD Class Deviations (CD) which can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html apply to this combined synopsis/solicitation: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-20 Predecessor of Offeror FAR 52.204-22 Alternative Line Item Proposal FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.211-6 Brand Name or Equal FAR 52.211-8 Time of Delivery FAR 52.211-17 Delivery of Excess Quantities FAR 52.219-1 Alternate 1 Small Business Program Representations FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-50 Combatting Trafficking in Persons FAR 52.223-6 Drug Free Workplace FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan-Certification FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-1 Payments FAR 52.232-8 Discounts for Prompt Payment FAR 52.232-11 Extras FAR 52.232-23 Assignment of Claims FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.242-13 Bankruptcy FAR 52.242-17 Government Delay of Work FAR 52.243-1 Changes - Fixed Price FAR 52.247-34 F.o.b. Destination FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) 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 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7003 Agency Office of the Inspector General DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7007 Alternate A, Annual Representations and Certifications DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Work Flow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/32a5c42d401ca2e45ef426fdb8e3a400)
 
Place of Performance
Address: Tripler Army Medical Center (TAMC), ATTN PBO, Upper Level, 161 Krukowski Road, Tripler Army Medical Center, Hawaii, 96859-5000, United States
Zip Code: 96859-5000
 
Record
SN05042637-W 20180819/180817230738-32a5c42d401ca2e45ef426fdb8e3a400 (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.