Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

J -- Body work 3 Vehicles

Notice Date
8/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, 158 MSG/MSC, VT ANG, 45 NCO DRIVE, SUITE A, SOUTH BURLINGTON, Vermont, 05403-5867, United States
 
ZIP Code
05403-5867
 
Solicitation Number
W912LN18R5007
 
Archive Date
9/22/2018
 
Point of Contact
James R. Yoshikawa, Phone: 8026605423
 
E-Mail Address
James.r.yoshikawa.mil@mail.mil
(James.r.yoshikawa.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation W912LN-18-R-5007 is hereby issued as a Request For Quote (RFQ). The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. This RFQ is set aside 100% for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 811121 with a business size standard of $7,500,000.00. Firm Fixed Price Quotes are being solicited for the following: body work of 3 vehicles. The full text versions may be accessed electronically at http://farsite.hill.af.mil. 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 52.209-6 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 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, along with the following clauses in paragraph (b) will apply: FAR 52.219-6 FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.222-50, FAR 52.223-18, FAR 52.225-13, FAR 52.232-33, FAR 52.232-39, FAR 52.232-40, FAR 52.233-3, 52.233-4; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.204-7011 Alternative Line Item Structure, DFARS 252.204-7012 Safeguarding of Unclassified Technical Information; DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors, DFARS 252.225-7035 Alt I Buy American Balance of Payments Program Certificate; DFARS 252.225-7036 Alt I Buy American Balance of Payments Program; DFARS 252.225-7031 Secondary Arab Boycott of Israel, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. A site visit will be held August 29, 0900 Eastern Standard Time. Additional site visits may be accommodated if requested. To review the vehicles requiring body work. Due to security conditions, all offerors must register to attend the site visit. please email the following information for all attendees to TSgt James Yoshikawa and SrA Dana Alyce-Schwarz at the following addresses: james.r.yoshikawa.mil@mail.mil and dana.l.alyce-schwarz.mil@mail.mil. Firm Name and Telephone Number Visitor's Name Driver's License Number & State Country of Citizenship This information must be provided in advance, not later than 3 days prior to the meeting, in order to ensure access to the military base and conference site and ensure adequate seating for the conference attendees. Even if you have access to the base you must register to ensure adequate seating. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government's denial of your access to the pre-proposal conference. This information will be provided to the Base Security Forces who will authorize your entrance to the site. Quotes are due for this service no later than (NLT) 7 September 2018 @ 1300 EST. All offers received prior to closing date and time shall be considered. The point of contact is TSgt James Yoshikawa. Quote must include company's CAGE CODE as proof of active registration with the System for Award Management http://www.sam.gov/. In addition to the above listed items, each offeror must provide all required NON-PRICING responses (e.g. payment discount terms, delivery terms, etc.). Quotes shall be emailed to james.r.yoshikawa.mil@mail. No other method of quote submission is acceptable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and ability to complete within 1 week. The following factors shall be used to evaluate offers: price and time frame to complete. Reducing time frame less than a week will not result in a vendor being evaluated more favorably.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA43-1/W912LN18R5007/listing.html)
 
Place of Performance
Address: 45 NCO drive South Burlington, United States
 
Record
SN05056454-W 20180826/180824231824-f77bdddca4999120d5b189c1de8a66fc (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.