Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

73 -- SERVING LINE UPGRADE

Notice Date
8/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333241 — Food Product Machinery Manufacturing
 
Contracting Office
114 FW/MSC, South Dakota ANG, 1201 West Algonquin Street, Sioux Falls, SD 57104-0264
 
ZIP Code
57104-0264
 
Solicitation Number
F9A3SV4234A001
 
Response Due
9/11/2014
 
Archive Date
10/27/2014
 
Point of Contact
Greg Johnson, 605-988-5932
 
E-Mail Address
114 FW/MSC
(gregory.johnson.5@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 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 is being issued as a request for proposal (RFP) F9A3SV4234A001 and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 333241 applies to this solicitation; business size standard is 500 employees. The South Dakota Air National Guard intends to issue a firm fixed priced purchase order for the purchase of components needed to upgrade the serving lines in the Dining Hall in building 60. Please refer to the document entitled quote mark Serving Line Upgrade for the Dining Hall in Bldg 60 quote mark for the Statement of Objectives (SOO). The Contractor shall provide all equipment, tools, materials, supplies necessary to satisfy the requirements stated in the Statement of Objectives. A complete listing of equipment must be provided with your quote and will be incorporated as part of the Contract/Award. Delivery: Delivery within 30 days ADC is preferred. Site Visit: A site visit is planned for 10:00 am on Thursday September 4, 2014. For pictures of the serving areas see Attachment 1. For drawings of the proposed layout and pictures of the space available for the new equipment needed see Attachment 2. For pictures of the main serving line and a diagram of the existing screw holes for fastening the sneeze guards see Attachment 3. Please email confirmation if you are planning to attend the site visit to Gregory.johnson.5@ang.af.mil. Information provided at site visits shall not change/qualify the terms and conditions of the solicitation and specifications. All terms and conditions remain unchanged unless amended in writing. Preparing and Submitting your Quote: Please provide a price breakdown for each piece of new equipment as well as your proposed delivery terms. FOB Destination shipping must be included in all of the prices you are quoting. Please provide a separate price for CLIN 0001 and for CLIN 0002. It is not mandatory to quote CLIN 0002. Your firm's standard quote documents can be submitted but should not omit any of the information as requested in this document. Quotes must be directed to Greg Johnson at: email: Gregory.johnson.5@ang.af.mil or FAX 605-988-5997; South Dakota Air National Guard, 1201 West Algonquin ST, Sioux Falls, SD 57104-0264. Quotes are required to be received by no later than 2:00 PM CDT, Thursday, September 11, 2014. All questions and answers must be in writing. Email questions to Gregory.johnson.g@ang.af.mil. Do not contact other Government personnel as this will only delay receipt of answers. Questions must be received no later than two business days prior to the quote due date. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing. Evaluation: The Government intends to award a single fixed price contract. The Government reserves the right to award CLIN 0001 only or CLINs 0001 and 0002 together. Quotes will be evaluated using price, technical, and delivery factors. The Government will select an offer that provides the best value to the Government. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.203-17, Contractor Employee Whistleblower Rights; FAR 52.204-7, SAM; FAR 52.204-10, Reporting Executive Compensation; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212.2, Evaluation - Commercial Items; FAR 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5 DEV, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers w/ Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-99, Establishing a Minimum Wage for Contractors; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran; FAR 52.232-1, Payments; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-2, Service of Protest; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; FAR 52.243-1, Changes - Fixed Price; FAR 52.245-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.246-20, Warranty of Services; FAR 52.247-34, FOB Destination; DFARS 252.203-7000, Requirement Relating to Compensation of Former DoD Officials; FAR DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 204-7004, SAM; DFARS 52.211-7003, Item Identification and Valuation; DFARS 52.212-7000, Offeror Representation and Certifications - Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DRARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; dfars 252.232-7010, Levies on Contract Payments; DFARS 252.247-7023, Transportation of Supplies by Sea - Alternate III. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/. Additional required clauses other than those listed above may be included as Addenda on the award document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA39-1/F9A3SV4234A001/listing.html)
 
Place of Performance
Address: 114 FW/MSC South Dakota ANG, 1201 West Algonquin Street Sioux Falls SD
Zip Code: 57104-0264
 
Record
SN03488364-W 20140830/140829023616-d241b8bae40174e9289cffea2723a2cb (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.