Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
SOLICITATION NOTICE

F -- Install rain gardens and/or bio swales at 133rd Airlift Wing, Saint Paul, MN.

Notice Date
8/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
133D AW/MSC, 133 LS/LGC, 610 Militia Drive, St. Paul, MN 55111-4120
 
ZIP Code
55111-4120
 
Solicitation Number
W912LM-12-Q-8009
 
Response Due
8/23/2012
 
Archive Date
10/22/2012
 
Point of Contact
Michelle Ambrose, 6127132613
 
E-Mail Address
133D AW/MSC
(michelle.ambrose@us.army.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 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. (I) This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (II) Solicitation number W912LM-12-Q-8009 is hereby issued as a RFQ, (Request for Quote). (III) The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. (IV). This requirement is 100% small business set aside. The associated North American Industry Classification System (NAICS) code for this procurement is 561730. (V) This requirement for installation of two rain gardens. Provide labor, materials, and equipment necessary to perform the work required to install two rain gardens and/or bio swales. **See attached SOW. (VI) The intent of this solicitation is to award a contract for the items listed in (V) above. (VII) The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror-Commercial, applies to this solicitation. (VIII) 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 other factors considered as per provision at 52.212-2, Evaluation -- Commercial Items. (IX) Offerors are to confirm on-line completion of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (X) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. See attached addenda regarding payment and invoicing. (XI) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. 52.222-50 Combating trafficking in persons, 52.233-3 Protest after award, 52.233-4 applicable law for breach of contract claim, 52.209-10 prohibition on contracting with inverted domestic corporations, 52.219-6 notice of total small business set-aside, 52.219-13 notice of set-aside of orders, 52.219-19 child labor, 52.222-21 prohibition of segregated facilities, 52.222-26 equal opportunity, 52.222-36 affirmative action for workers with disabilities, 52.223-18 encouraging contractor policies to ban text messaging while driving, 52.232-33 payment by electronic funds transfer, 52.222-41 Service contract act of 1965, 52.222-42 statement of equivalent rates for federal hires, 52.222-43 fair labor standards act and service contract act-price adjustment. (XII) FAR clause 252.212-7001 Contract terms and conditions required to implement statutes or executive order applicable to defense acquisitions of commercial items. 252.203-7000 requirements relating to compensation of former DoD officials, 252.225-7001 buy American act and balance of payments program, 252.225-7036, 252.232-7003 electronic submission of payment requests, 252.237-7010 prohibition on interrogation of detainees by contractor personnel. (XIII) Additional Requirements: SAM Registration (http://www.sam.gov) is mandatory. Mandatory invoicing through wide area workflow (WAWF) required. https://wawf.eb.mil ** Please include POC information, cage code and federal tax id number in your bid. (XIV) Site Visit is scheduled for August 15, 2012 at the 133rd Airlift Wing, Saint Paul, MN. Time: 12:30 - 1:30 p.m. Please contact me through e-mail at michelle.ambrose@ang.af.mil if you plan to attend. Offers are due to the Minnesota Air National Guard, 133rd AW, MSgt Michelle Ambrose by August 23 12:00 p.m. central standard time. E-mail quotes will be accepted to michelle.ambrose@ang.af.mil. (XV) Point of contact for this solicitation can be directed to michelle.ambrose@ang.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-2/W912LM-12-Q-8009/listing.html)
 
Place of Performance
Address: 133D AW/MSC 133 LS/LGC, 610 Militia Drive St. Paul MN
Zip Code: 55111-4120
 
Record
SN02833571-W 20120811/120810001511-06c12044ffdd585195a43b567748ed66 (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.