Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

16 -- Sling Load Training Blocks - W912LP-18-Q-4502 Attachments 1-6

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327331 — Concrete Block and Brick Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge, 7105 NW 70th Avenue, Johnston, Iowa, 50131-1824, United States
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-18-Q-4502
 
Archive Date
10/5/2018
 
Point of Contact
Kelsey L. Letcher, Phone: 515-252-4508, Brenda M. McKnight, Phone: 5152524114
 
E-Mail Address
kelsey.l.letcher.civ@mail.mil, brenda.m.mcknight.civ@mail.mil
(kelsey.l.letcher.civ@mail.mil, brenda.m.mcknight.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 6 Recommended Testing Methods Attachment 5 Addendum 2 to Gen-12-AMAM-02 Attachment 4 Addendum 1 to Gen-12-AMAM-02 Attachment 3 Contractor Information and Pricing Schedule Attachment 2 Full Provisions and Clauses Attachment 1 Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. This solicitation, W912LP-18-Q-4502, is being issued as a Request for Quotation (RFQ) and posted open market. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99-1, effective 16 Jul 2018. The NAICS code is 327331 and the small business size standard is 500 employees. Basis for award is Price. The government intends to award to the vendor whose quote, conforming to the requirements of this solicitation, represents the lowest priced items meeting the minimum specifications identified in the Statement of Work (SOW). The government intends to make a single award in response to this solicitation; however reserves the right to make multiple awards if it is determined to be in the best interest of the government. The following commercial items are requested in this solicitation: 'SEE ATTACHMENT #1, STATEMENT OF WORK, FOR A DESCRIPTION OF THE ITEMS REQUESTED. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items DFARS 252.204-7011, Alternative Line Item Structure The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7015, Notice of Authorized Disclosure of Information to Litigation Support DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7036 Alt I, Buy American - Free Trade Agreements - Balance of Payments Program DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.225-7035 Alt I, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate The following clauses are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.211-7003, Item Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Submission Requirements - the following documents/information must be submitted with the quotation: 1. Attachment #3, Contractor Information and Pricing Table 2. Warranty Information for each item quoted, to include instructions for obtaining warranty repair/replacement. Quotations are due at 11:00 a.m. local (central) time on 20 September 2018. Quotations may be posted to FBO or submitted via e-mail to Ms. Kelsey Letcher, kelsey.l.letcher.civ@mail.mil. Facsimile quotations will not be accepted. Questions regarding this solicitation may be directed to Ms. Kelsey Letcher, at (515) 252-4446 or to the email address identified above. Attachments: #1 - Statement of Work (SOW) #2 - Full Text Provisions and Clauses #3 - Contractor Information and Pricing Table #4 - GEN-12-AMAM-02 #5 - GEN-12-AMAM-02 #6 - Recommended Testing Methods
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-18-Q-4502/listing.html)
 
Record
SN05087209-W 20180915/180913231025-892b8b39dd3758b14dc21de9deb42aab (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.