Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2016 FBO #5308
SOLICITATION NOTICE

49 -- Deployable Maintenance System - Product Description - Solicitation Provisions

Notice Date
6/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for New York, 330 Old Niskayuna Road, Latham, New York, 12110-2224
 
ZIP Code
12110-2224
 
Solicitation Number
W912PQ16R3990
 
Archive Date
7/2/2016
 
Point of Contact
Richard W. Powell, Phone: 5187860399, Mark R Walsh, Phone: 518-786-4986
 
E-Mail Address
richard.w.powell44.civ@mail.mil, mark.r.walsh.civ@mail.mil
(richard.w.powell44.civ@mail.mil, mark.r.walsh.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS Clause 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation Product Description 1" Hydraulic Deployable Maintenance Support System. This product (NSN: 2590-01-642-1408) is comprised of 14 individual NSN's. -NSN 4940-01-633-1468; C9411142- 1 MODULE, MAINT, ABCUTSL • Abrasives, Cutting Tools, Sealants and Epoxies -NSN 4940-01-633-1522; C9411143- 1 MODULE, MAINT, CHEM • Chemicals (Penetrants, Lubricants and Degreasers) -NSN 4940-01-633-1543; C9411144- MODULE, MAINT, DRILL • CIC 200TM Fractional ProTM Drills (1/8'' x 1/2'' x 64ths) -NSN 4940-01-633-1550; C9411145- 1 MODULE, MAINT, VEH, ELEC, LG • Vehicle Electrical Module, Large -NSN 4940-01-633-1557; C9411147- 1 MODULE, MAINT, GEN RPR, LG • General Repair Module, Large -NSN 4940-01-633-1582; C9411149- 1 MODULE, MAINT, VEH, HYD, 1 INCH • 1'' Hydraulic Repair Module (1/4'' to 1'' Fittings, Incl. 5/8'', 37° JIC, etc. / chop saw & hi-pressure hose) -NSN 4940-01-633-1591; C9411152- 1 MODULE, MAINT, FAS, MET, 40 • Metric 10.9 Fasteners, Nuts, Washers & Lock Washers / 40 Items (40 Bin) -NSN 4940-01-633-1604; C9411154- 1 MODULE, MAINT, FAS, USS, 80 • Grade 8 USS Fasteners, Nuts, Washers & Lock Washers / 70 Items (80 Bin) and Additional Items -NSN 4940-01-633-1662; C9411157- 1 MODULE, MAINT, FTG, BRASS • Brass Fittings (1/4'' to 5/8'' DOT, NTA brass and composite fittings) -NSN 4940-01-633-1668; C9411268- 1 MODULE, MAINT, FTG, PNEUMATIC, AIR • Couplers, blow guns, quick disconnect couplings, hose menders, clamps, air manifold, hose -NSN 4940-01-633-1672; C9411271- 1 MODULE, MAINT, REPAIR, AC • O-rings, orifice tubes, retrofit adapters, valve cores, metal gaskets, sealing washers and caps -NSN 4940-01-633-1674; C9411272- 1 MODULE, MAINT, BATTERY REPAIR • Battery cables, wire, magna lugs, connectors, shrink tubing, wire/slide rack, battery maintenance kit -NSN 4940-01-633-1666; C9411159- 1 MODULE, MAINT, INSTALL KIT • Maintenance Installation Kit -NSN 4940-01-633-1675; C9411276- 1 TRICON W/STRUTS & POWER PANEL • TRICON Container with Channel Struts and Power Panel This product is mounted and fully installed in a Tricon on a rail system with rubber grommets between cabinets reducing any metal to metal contact. The cabinets have doors or metal brackets that can easily be secured for transit. The cabinets can be uninstalled. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 -- Instructions to Offerors -- Commercial Items (JUL 2013); Evaluation in accordance with FAR 13.106-2 based on the lowest price technically acceptable offer 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT I; 52.233-2 - Service Protest 52.237-1 - Site Visit 52.252-1-Provisions Incorporated by Reference (http://farsite.hill.af.mil). 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.203-7996 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation 252.204-7011 - Alternative Line Item Structure 252.209-7001 - Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7992 - Prohibition Against Using Fiscal Year 2015 Funds to Contract with Corporations that have an Unpaid Delinquent Tax Liability or a Felony Conviction Under Federal Law 252.211-7003 - Item Unique Identification 252.215-7008 - Only One Offer 252.225-7031 - Secondary Arab Boycott of Israel The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 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 52.204-10 - 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 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev.); 52.219-6 - Notice of Total Small Business Set-Aside 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-21 - Prohibition of Segregated Facilities 52.222-35 - Equal Opportunity for Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports on Veterans 52.222-50 - Combating Trafficking in Persons 52.222-54 - Employment Eligibility Verification 52.222-55 - Minimum Wages Under Executive Order 13658 52.223-5 - Pollution Prevention and Right to Know Information 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.228-5 - Insurance - Work on a Government Installation 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.232-39 - Unenforceability of Unauthorized Obligations 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-2 - Protection of Government Buildings, Equipment and Vegetation 52.252-2-Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.203-7997 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7008 (DEV) - Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information 252.209-7993 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law 252.225-7012 - Preference for Certain Domestic Commodities 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Instructions 252.232-7010 - Levies on Contract Payments 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002 - Requests for Equitable Adjustment 252.244-7000 - Subcontracts for Commercial Items 252.247-7022 - Representation of Extent of Transportation of Supplies by Sea 252.247-7023 - Transportation of Supplies by Sea 252.247-7024 - Notification of Transportation of Supplies by Sea Submittal Requirements: Submit the following in order to be considered for award. 1.Pricing of CLINS 0001 and 0002. 2.Technical Proposal detailing how Contractor will accomplish the requirements of the PWS/ SOW 3.Representations and Certifications (52.212-3 Alt 1 & 252.209-7994 & 252.247-7022). 4.AFARS 252.209-7992, Class Deviation 2015-O0005 (b) attachment Submit offers in response to this synopsis/solicitation to: Richard.w.powell44.civ@mail.mil; (USPS Mail) USPFO for New York, Latham, NY 12110-2224; (Delivery Address) USPFO for New York, 330 Old Niskayuna Road, Latham, NY 12110. Offers received after 12:00pm Eastern on the required date of submission may not be considered unless determined to be in the best interest of the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30/W912PQ16R3990/listing.html)
 
Place of Performance
Address: 1156 EN CO (-) VERTICAL, 1LT HAYES, WILLIAM, Kingston, New York, 12401-2099, United States
Zip Code: 12401-2099
 
Record
SN04138345-W 20160605/160603234750-f0e7a4cf31dbd4a88fa820559e7a2088 (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.