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
MODIFICATION

R -- Demolition of Communication Tower - NR Tower 13

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, CRTC-GULFPORT, MS ANG, 4715 HEWES AVENUE, BLDG 146, GULFPORT, Mississippi, 39507-4325, United States
 
ZIP Code
39507-4325
 
Solicitation Number
W9127Q-18-R-7004
 
Archive Date
9/29/2018
 
Point of Contact
Michael S. Hornbeck, Phone: 2282091594, TSgt Lesley E. George, Phone: 228-214-6157
 
E-Mail Address
michael.s.hornbeck.mil@mail.mil, Lesley.E.George.mil@mail.mil
(michael.s.hornbeck.mil@mail.mil, Lesley.E.George.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-18-R-7004 is being issued as a Request for Quote (RFQ) with OPEN MARKET PRICING. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective January 19, 2017 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20161222 dated 22 December 2016. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being advertised as a TOTAL SMALL BUSINESS SET ASIDE. The North American Industrial Classification System (NAICS) Code is 238990 and the Small Business Size Standard is. $15,000,000.00 The Combat Readiness Training Center-Contracting Office, Gulfport, MS intends to issue a contract/purchase order for a contract is intended for the following service: CLIN 0001 - Demolition of Communication Tower - NR Tower 13 Scope of work is provided on the attached Performance Work Statement. Period of Performance: 30 Days after receipt of award. Offer is to be FOB DESTINATION, Location: 4745 Rounsaville Rd. Leakesville, MS 39451 https://www.google.com/maps/@31.1801943,-88.4564544,138m/data=!3m1!1e3 BASIS OF AWARD: A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the lowest price conforming to the performance work statement requirements. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor. Quotes are due no later than 4:00 P.M., Friday, September 14, 2018. Quotes shall be emailed to michael.s.hornbeck.mil@mail.mil and lesley.e.george.mil@mail.mil. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. The following FAR and DFARS provisions and clauses apply to this solicitation: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-22, Alternative Line Item Proposal 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.212-1, Instructions to Offerors--Commercial Items 52.212-3 Alt. I, Offeror Representations and Certifications-Commercial Items - Alternate I (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision) 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation 2013-O0019) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor -- Cooperation with Authorities and Remedies 52.222-21, Prohibition Of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003, Item Unique Identification and Valuation 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American And Balance Of Payments Program-Basic (Dec 2016) 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea Contracting Office Address: MS ANG CTRC - Base Contracting Office 4715 Hewes Ave Gulfport, MS 39507-4324 CLIN 0001 - Demolition of Communication Tower - NR Tower 13
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22-1/W9127Q-18-R-7004/listing.html)
 
Place of Performance
Address: 4745 Rounsaville Rd., Leakesville, Mississippi, 39451, United States
Zip Code: 39451
 
Record
SN05087572-W 20180915/180913231153-92ab06836d08e59fc303c64d829fcfc3 (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.