Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

72 -- Auditorium Curtain & Motor Replacement - LIST OF ATTACHMENTS

Notice Date
9/10/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314120 — Curtain and Linen Mills
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA461019QAC22
 
Archive Date
9/17/2019
 
Point of Contact
Virgie Daniels, Phone: 805-606-3872, Lucille D. Ngiraswei, Phone: 805-606-1733
 
E-Mail Address
virgie.daniels@us.af.mil, lucille.ngiraswei.2@us.af.mil
(virgie.daniels@us.af.mil, lucille.ngiraswei.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quote Template SCA Wage Determination Performance Work Statement 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; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request For Quote (RFQ). Submit written offers IAW CLIN structure outlined in this announcement and the quote template sheet provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2019-05, Effective 13 Aug 2019 (updated Class Deviations: 2019-O0009) and DFARS DPN 20190820 (effective 20 Aug 2019) Edition. The applicable North American Industry Classification System (NAICS) code is 314120, "Curtain and Linen Mills" Curtains and Draperies" and the size standard is 750 employees. The PSC/FSC Code is 7230 "Draperies, Awnings, and Shades". This acquisition is being conducted as a 100% Small-Business Set-Aside IAW FAR 19.502-2(a). PR No.: F4D5E19197A001 Project Title: Auditorium Curtain & Motor Replacement for Bldg. 8290 Project Description: The Contractor shall provide all materials, equipment, tools, labor, supervision, transportation, and other items/services necessary to provide and install Auditorium Curtain & Motor of Bldg. 8290 on Vandenberg AFB, CA in accordance with (IAW) the Performance Work Statement (PWS). All potential offerors are reminded that compliance with the provision at FAR 52.204-7, System for Award Management, is mandatory. Lack of registration in SAM will render an offeror ineligible for contract award. 1) Quotes should conform to the CLIN structure as established in the Quote Template. 2) Please see RFQ Attachments for detailed description of requirement. 3) All questions or comments must be submitted in writing via email to the Contract Specialist (CS) No Later Than (NLT) 4:00 PM Thursday, 12 Sept 2019. Answers will be posted to FBO by 13 Sept 2019. Telephone and other means of oral communication will not be received. 4) Quotes must be sent to the attention of Virgie Daniels, Contract Specialist, at virgie.daniels@us.af.mil and courtesy copied to the attention of Lucille Ngiraswei, Contracting Officer, at lucille.ngiraswei.2@us.af.mil NLT 1:00 PM PST Monday, 16 Sept 2019. Quotes shall be valid for 60 days after submission. The projected acquisition milestones are as follows: a. Contractor Questions Due: 12 Sep 2019 b. Government Responses: Quotes Due: 13 Sep 2019 c. Contract Award: Projected for 16 Sep 2019 CLAUSES & PROVISIONS INCORPORATED BY REFERENCE 52.204-1 Approval of Contract. 1989-12 SEC I 52.204-7 System for Award Management. 2018-10 SEC I 52.204-16 Commercial and Government Entity Code Reporting. 2016-07 SEC K 52.204-18 Commercial and Government Entity Code Maintenance. 2016-07 SEC I 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 2019-08 SEC I 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 2019-08 SEC I 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 2016-02 SEC I 52.219-13 Notice of Set-Aside of Orders. 2011-11 SEC I 52.222-19 Child Labor-Cooperation with Authorities and Remedies. 2018-01 SEC I 52.222-21 Prohibition of Segregated Facilities. 2015-04 SEC I 52.222-41 Service Contract Labor Standards. 2018-08 SEC I 52.222-55 Minimum Wages Under Executive Order 13658. 2015-12 SEC I 52.222-62 Paid Sick Leave Under Executive Order 13706. 2017-01 SEC I 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 2011-08 SEC I 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. 2014-05 SEC I 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. Alternate II 2014-05 SEC I 52.225-13 Restrictions on Certain Foreign Purchases. 2008-06 SEC I 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 2018-10 SEC I 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 SEC I 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 1984-04 SEC I 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 2016-02 SEC I 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 SEC I 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 SEC I 252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 2011-11 SEC K 252.204-7003 Control of Government Personnel Work Product. 1992-04 SEC I 252.204-7004 Antiterrorism Awareness Training for Contractors. 2019-02 SEC I 252.204-7006 Billing Instructions. 2005-10 SEC G 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 2016-10 SEC I 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 20016-10 SEC I 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 SEC I 252.206-7000 Domestic Source Restriction. 1991-12 SEC K 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01 SEC L 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 2014-09 SEC I 252.223-7008 Prohibition of Hexavalent Chromium. 2013-06 SEC I 252.225-7048 Export-Controlled Items. 2013-06 SEC I 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 SEC G 252.232-7010 Levies on Contract Payments. 2006-12 SEC I 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 2013-06 SEC I 252.243-7001 Pricing of Contract Modifications. 1991-12 SEC I 252.244-7000 Subcontracts for Commercial Items 2013-06 SEC I CLAUSES IN FULL TEXT 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. (JAN 2017) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment 52.212-1 Instructions to Offerors-Commercial Items. (OCT 2018) 52.212-2 Evaluation - Commercial Items (OCT 2014) Fill-in Text: Award will be made to the offeror that provides the most advantageous offer to the Government; price and other factors considered. (i) Technical Capability of the item offered to meet the Government requirement; (ii) Price (iii) Past Performance 52.212-3 Offeror Representations and Certifications-Commercial Items. (OCT 2018) 52.212-3 Offeror Representations and Certifications-Commercial Items. (OCT 2014) (Alternate I) 52.212-4 Contract Terms and Conditions-Commercial Items. (OCT 2018) 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items. (MAY 2019) 52.219-28 Post-Award Small Business Program Rerepresentation. (JUL 2013) 52.222-26 Equal Opportunity. (SEP 2015) 52.222-36 Equal Opportunity for Workers with Disabilities. (JUL 2014) 52.223-22 Public Disclosure of Greenhouse Gas Emission and Reduction (DEC 2016) Goals-Representation. 52.222-50 Combat Trafficking in Persons (JAN 2019) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) Fill-in Text: http://farsite.hill.af.mil/ https://acquisition.gov/ 52.252-2 Clauses Incorporated by Reference (FEB 1998) Fill-in Text: http://farsite.hill.af.mil/ https://acquisition.gov/ 252.211-7003 Item Unique Identification and Valuation. (MAR 2016) 252.232-7006 Wide Area WorkFlow Payment Instructions. (DEC 2018) Fill-in Text: To be filled at time of award. 252.247-7023 Transportation of Supplies by Sea. (FEB 2019) 5352.201-9101 Ombudsman (JUN 2016) 5352.215-9001 Notice of Pre-Bid/Pre-Proposal Conference (MAY 1996) (a) A pre-bid/pre-proposal conference will be conducted at Bldg. 8290 on Vandenberg AFB, CA. Contractors will first congregate at the Visitor's Center just outside the Main Gate (Santa Maria Gate) off of Highway 1, Bldg. 17595 California Blvd. Vandenberg AFB, CA 93437 on Thursday, 12 Sept 2019, at 9:00 AM PST prior to traveling to Bldg. 8290 for the purpose of conducting a Site Visit. (b) Submit the names of all attendees [to include: 1) Company Name, 2) Name of Attendee, 3) Date of Birth, 4) Driver's License Number & State of Issue, 5) Second Form of Government Issued ID with Picture] to the attention of Ms. Virgie Daniels, Contract Specialist, at virgie.daniels@us.af.mil and courtesy copy Lucille Ngiraswei, Contracting Officer, at lucille.ngiraswei.2@us.af.mil prior to 1:00 PM PST Wednesday, 11 Sept 2019. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Bidders/Offerors are requested to submit questions to the point of contact noted above not later than 4:00 PM PST Thursday, 12 Sept 2019. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. (End of provision) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012) 5352.223-9001 Health and Safety on Government Installations (NOV 2012)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA461019QAC22/listing.html)
 
Place of Performance
Address: 381 TRG Auditorium, 1472 Nevada Ave, Bldg. 8290, Vandenberg AFB, CA 93437, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN05437497-W 20190912/190910230808-4dd674a8eebdc3b074c93242e30b6e8a (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.