SOLICITATION NOTICE
J -- FIRE ALARM REPAIR
- Notice Date
- 1/13/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 179 AW/MSC, 1947 Harrington Memorial Road, Mansfield, OH 44837-0179
- ZIP Code
- 44837-0179
- Solicitation Number
- F7R3143324A002
- Response Due
- 1/17/2014
- Archive Date
- 3/14/2014
- Point of Contact
- gordon.strom1, 419-520-6390
- E-Mail Address
-
179 AW/MSC
(gordon.strom@ang.af.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. This solicitation F7R3143324A002 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This solicitation is set-aside 100 percent for Small Business. The NAICS codes that apply are 238210 and 238990; size standard is $14,000,000.00. This action will result in a FFP purchase order, utilizing simplified acquisition procedures under Full and Open competition. Requirement is for Fire Alarm Repair services in accordance with attached statement of work. Site visit is mandatory, in order for bid to be accepted for this requirement. Site visit is scheduled for 21 Jan 2104, at 1:00pm. Location of site visit is: 1947 Harrington Memorial Rd, Mansfield, Ohio 44903-8049. All interested parties need to ensure they provide list of personnel who plan to attend site visit, submitted to the Contracting Officer via email (Gordon Strom, Gordon.strom@ang.af.mil ) no later than 1:00pm, 17 Jan 2014. All parties (government and contractors) will initially meet at bldg. 416 - Civil Engineering conference room, before proceeding to work site location. Evaluations factors will be Price, Past Performance (applicable to type of repairs required and the system being repaired), and proposed technical solution. Price and Past Performance carry equal weight for this evaluation. Applicable past performance information submitted shall include work completed (relatively recent, relevant to system) as well as current end-user point of contact data. The following provisions are included in this acquisition: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial (Nov 2007), FAR 52.212-2, Evaluation - Commercial Item s (Jan 1999); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2007) Alternate I (Apr 2002); DFAR 252.225-7000, Buy American Act and Balance of Payments Certificate. A completed signed copy of the provision FAR 52.212-3 shall be submitted with any quotation (unless your company has filled out reps and certs information in ORCA - please submit these in their entirety, if applicable). The following clauses apply to this acquisition: FAR 52.204-7, System for Award Management Registration (Oct 2013); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2008); FAR 52.222-50, Combating Trafficking of Persons (Feb 2008); FAR 52.247-34, FOB Destination; and FAR 52.252-2, Clauses Incorporated by Reference (Feb 1988). Within FAR 52.212-5, the following clauses apply: 52.219-6, Notice of Total Small Business Set-aside; 52.219-28, Post Award Small Business Program Representation; 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; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52-223-2, Affirmative Procurement of Biobased Products; FAR 52-223-5, Pollution Prevention and Right to Know Information; FAR 52.223-19, EMS Compliance; The following DFARS clauses also apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Informer Employees of Whistleblower Rights; 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007); 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7001, Pricing of Contract Modifications; and 252.243-7023, Notification of Sea Transportation (Mar 2002) Alternate III (May 2002). For more information regarding this solicitation please contact Gordon Strom @ 419-520-6390. All offers are due by 4:30 pm (EDST), 24 Jan 2014, by: email (preferred method): gordon.strom@.ang.af.mil, or by mail/hand-carried to: 179AW, Contracting Office, Attn: Gordon Strom, 1947 Harrington Memorial Road, Mansfield, Ohio 44903-8049.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33-3/F7R3143324A002/listing.html)
- Place of Performance
- Address: 179 AW/MSC 1947 Harrington Memorial Road, Mansfield OH
- Zip Code: 44903-8049
- Zip Code: 44903-8049
- Record
- SN03266312-W 20140115/140113235445-29e6fabb14bfa2a30b0fffd3c39f0411 (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 |