Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2016 FBO #5172
SOLICITATION NOTICE

U -- Vigilant Guard 2016 Rubble Reset - Performance Work Statement

Notice Date
1/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, Louisiana, 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-16-R-0008
 
Archive Date
2/16/2016
 
Point of Contact
David L. Bourgeois, Phone: 3182905933, William Howland, Phone: 318-290-5981
 
E-Mail Address
david.l.bourgeois4.mil@mail.mil, william.m.howland2.mil@mail.mil
(david.l.bourgeois4.mil@mail.mil, william.m.howland2.mil@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Performance Work Statement Solicitation Number: W912NR-16-R-0008 Synopsis: This is a combined synopsis/solicitation for commercial services 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; quotations are being requested and written solicitation will not be issued. This solicitation number W912NR-16-R-0008 is issued as a Request for Quotation (RFQ). This synopsis/solicitation is issued for commercial services in accordance with FAR Part 13 - Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71 effective December 26, 2013. This acquisition is a total Woman Owned Small Business (WOSB) set aside under NAICS 611710 small business size standard is $15,000,000.00. Interested offerors must be registered in the System for Award management (SAM) to be considered for award. There is no scheduled site visit and all questions must be submitted according to the below defined criteria. Description of Requirement: Vigilant Guard (VG-16) Exercise Support requirement. The Contractor shall provide the set/reset of a Structure Venue Collapse System (i.e. Rubble Pile) under this contract in Zachary, Louisiana. To be eligible for contract award, offerors must be registered in the System for Award Management (SAM) website at https://www.sam.gov with the appropriate NAICS code of the intended solicitation and further qualify as a small business under the published size standard. This notice does not obligate the Government to award a contract, nor does it obligate the Government to pay for any proposal preparation costs. To assist potential offerors with questions about this requirement a draft Performance Work Statement (PWS) has been attached for your convenience and offerors are strong encouraged to read through it and submit their questions via email to the Contracting Officer. Evaluation: The resultant offer by the government will be a Firm-Fixed-Price (FFP) Purchase Order with one (1) base year and four (4) options years awarded using FAR part 13 procedures. The evaluation procedures located at FAR 13.106-2, FAR 15.101-2, FAR 15.305(a)(1) Cost or price evaluation, and FAR 15.305(a)(3) Technical Evaluation, are being utilized for this acquisition. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Evaluation is based on the lowest priced offer with an acceptable technical and past performance record (Lowest Price Technically Acceptable). Lowest evaluated price will be determined by the Contractor submitting a complete quotation to include total pricing for the requirement and a proposal explaining how you will perform the tasks identified in the Performance Work Statement. Quotation Submission: Quotations will be submitted electronically via email to MAJ David Bourgeois at david.l.bourgeois4.mil@mail.mil and SGT Will Howland at william.m.howland2.mil@mail.mil. The question period will end at 11:59pm CST 25 January 2016 and all answers will be posted NLT 11:59 PM CST 27 January 2016. The solicitation will close at 11:59 PM CST 01 February 2016. The Government intends to award without discussion with the offerors but the Government may request clarifications of quotations submitted. There will not be any allowance for revision of quotations after the solicitation close date therefore submission of the Contractor best possible pricing is encouraged. Provisions and Clauses: The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and there are no addenda to this provision. Offers must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this clause. The clause at FAR 52.212-5 Deviation, Contract Terms and Conditions Required To Implement Statues Or Executive Orders-Commercial Items, applies to this acquisition. The following are the included additional clauses for this action; 52.204-7 System for Award Management 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-55 Minimum Wages Under Executive order 13658 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy 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 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 Authorized Deviations in Clauses (DFARS, 48 CFR Chapter 2) 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Transportation of Supplies by Sea 52.222-3 Convict Labor 52.222-36 Affirmative Action for Workers with Disabilities 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-35 Equal Opportunity for Veterans 52.222-37 Employment Reports on Veterans 52.203-3 Gratuities 52.203-6 ALT.I Restrictions on subcontractor Sales to the Government - Alternate I 52.204-4 Printed or Copied-Double Sided on Post consumer Fiber Content Paper 52.219-8 Utilization of Small Business Concerns 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment 252.225-7012 Preference for Certain Domestic Commodities 252.243-7002 Requests for Equitable Adjustment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16/W912NR-16-R-0008/listing.html)
 
Place of Performance
Address: 1400 West Irene Road, Zacaahr, Louisiana, 70791, United States
Zip Code: 70791
 
Record
SN03994796-W 20160121/160119234159-fe9a27bb749445220d74d32071ce0c10 (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.