Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOLICITATION NOTICE

36 -- Blast Cabinet

Notice Date
7/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327910 — Abrasive Product Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 149 MSG/MSC, 1493 Billy Mitchell Blvd, Lackland AFB, Texas, 78236-0123, United States
 
ZIP Code
78236-0123
 
Solicitation Number
F9J2MX6169AG01
 
Point of Contact
Matthew C. Vilsack, Phone: 2109257140
 
E-Mail Address
matthew.c.vilsack.mil@mail.mil
(matthew.c.vilsack.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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, F9J2MX6169AG01, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005 57 effective March 7, 2012. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS codes is and 327910 and the small business size standards is 750 employees. Proposals must stay valid for a period of sixty days from the issuance date of the proposal. All requests for information shall be submitted electronically via email to the contracting officer at matthew.c.vilsack.mil@mail.mil no later than 4 August noon CST. Once these RFI's are received we will then forward them onto the appropriate entities here at Lackland for resolution. Once answers to the RFI's are received back in our office from the Lackland entities we will then forward back to all contractors. Basis for Evaluation: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2, as supplemented. This is a competitive LPTA best value source selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offerors shall be treated equally except for their prices. A detailed cost breakdown is requested rather than just an overall price. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The government intends to select a single contractor for award of this effort. The government intends to issue award without discussions. Submission of Proposal: Proposals shall be submitted so that they are received by the government no later than the close of business Tuesday August 9, 2016 5:00PM CST. Facsimile proposals will not be accepted. Acceptance Period: Proposals shall have an acceptance period of 60 days. Award may be delayed a maximum of 60 days after receipt of proposals. The following commercial items are requested in this solicitation and all items are posted as or equal, if or equal items are bid on please make sure to include all specs, all salient characteristics and all product literature to ensure we are able to verify whether or not the or equal item will suffice: CLIN 0001- (Qty 1 Each) Aerospace Facilities Group Inc. or equal part number 510-003-10, GEN-3 blast cabinet to include installation, electrical connection, air connection and applicable training for our personnel to utilize this piece of equipment. $ ____________________________________ CLIN 0002- (Qty 1 Each) Aerospace Facilities Group Inc. or equal part number 510-003-15, HEPA Filter Assembly $ ____________________________________ CLIN 0003- (Qty 1 Each) Aerospace Facilities Group Inc. or equal part number 510-003-18, Ergonomic package to include: GEN-3 padded armrest, chair pedestal, foot treadle $ ____________________________________ CLIN 0004- (Qty 1 Each) Aerospace Facilities Group Inc. or equal part number 478-014-50, Clear View Kit $ ____________________________________ CLIN 0005- (Qty 1 Each) Aerospace Facilities Group Inc. or equal part number 510-030-26, Turntable, 40" Diameter, 1,000 lb capacity cart mounted $ ____________________________________ CLIN 0006- (Qty 1 Each) Aerospace Facilities Group Inc. or equal part number 510-030-26-02, Outside Track $ ____________________________________ CLIN 0007- (Qty 1 Each) Aerospace Facilities Group Inc. or equal part number 478-014-70, AFG Fan Blast Nozzle $ ____________________________________ CLIN 0008- (Qty 1 Each) Freight Or Any Other Applicable Charges $ ____________________________________ The following clauses apply to this acquisition: •- FAR 52.204-7, System for Award Management •- FAR 52.212-1, Instructions to Offerors, Commercial Items •- FAR 52.212-3, Offeror Representations and Certifications, Commercial Items •- FAR 52.212-4, Contract Terms and Conditions-Commercial Items •- FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. •- FAR 219-28, Post Award Small Business Program Representation •- FAR 52.222-3 Convict Labor •- FAR 52.222-4 Contract Work Hours and Safety Standards Act -Overtime Compensation •- FAR 52.222-25 Affirmative Action Compliance •- FAR 52.222-26, Equal Opportunity •- FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans •- FAR 52.222-36, Affirmative Action for Workers with Disabilities •- FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans •- FAR 223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving •- DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense acquisitions of commercial items •- DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports •- DFARS 252.225-7001, Buy American Act and Balance of Payment Program. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov to be considered for award. All proposals must be sent to the 149th Mission Support Contracting Office at e-mail: matthew.c.vilsack.mil@mail.mil. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, no later than Tuesday August 8, 2016, 5:00pm Central Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-3/F9J2MX6169AG01/listing.html)
 
Place of Performance
Address: 1493 Billy Mitchell Blvd, Lackland AFB, TX 78236-0123, San Antonio, Texas, 78236-0123, United States
Zip Code: 78236-0123
 
Record
SN04202372-W 20160731/160729235205-d8021f777019ca374eed11cb85e2b2a5 (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.