Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
MODIFICATION

R -- Project Manager IIA for the 173d Civil Engineering Squadron

Notice Date
9/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, 173 FW/LGC, KINGSLEY FIELD, 223 ARNOLD ST., SUITE 35, KLAMATH FALLS, Oregon, 97603-1937
 
ZIP Code
97603-1937
 
Solicitation Number
W912JV-16-T-7009
 
Archive Date
10/4/2016
 
Point of Contact
Matthew M. Marshall, Phone: 5418856181
 
E-Mail Address
matthew.m.marshall6.mil@mail.mil
(matthew.m.marshall6.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Action Code: Combined Synopsis/Solicitation Notice Class Code: R699 Subject: Project Manager IIA for the 173d Civil Engineering Squadron Solicitation Number: W912JV-16-T-7009 Posted Date: August 17TH, 2016 Set-Aside: Total Small Business Response Date: September 19th, 2016 @ 4:00 pm PST Contracting Office Address: 211 Arnold Ave, Suite 35, Klamath Falls, OR 97603 Place of Performance: 221 Wagner St, Klamath Falls, OR 97603 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. The solicitation is W912JV-16-T-7009 and is issued as a Request for Proposal (RFP). Request for proposals are due by 19 September 2016, 4:00 p.m. (PST). The RFP will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 541618- Other Management Consulting Services. The Oregon Air National Guard is soliciting proposals to procure the following supply or services: GENERAL SCOPE: Non personal services, contractor shall provide all non-personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform budget consultant and analysis services to assist the 173rd Civil Engineering Squadron at Kingsley Field ANGB, Klamath Falls, OR as defined in this PWS, except as specified in Paragraph 3.0 as Government Furnished. The contractor shall perform to the standards in this contract. (See attached PWS). Pay Grade to be GS-12 or equivalent. CLIN 0001 - Project Manager IIA The Period of performance shall be 1 year, 30 September 2016 to 29 September 2016 Requirements for your proposal: Please submit a proposal on your company letterhead showing a price per contract line item (CLIN 0001) with a total price at the bottom. Include the following information on your proposal: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation and per the Performance Work Statement (attached). Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. Proposals are binding at the time of submission unlike a quote. Terms and conditions: Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAR 52.203-3, Gratuities FAR 52.204-4, Printed or Copied-Double Sided on Post- consumer Fiber Content Paper FAR 52.204-7, Systems for Award Management. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-14, Limitations on Subcontracting FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications via the System for Award Management (SAM). FAR 52.212-4, Contract Terms and Condition-Commercial Items. FAR 52.212-5, (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36, Affirmative Action for Workers With Disabilities. FAR 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era. FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-44, Fair Labor Standards act and Service Contract Act-Price adjustment. FAR 52.222-54, Employment Eligibility Verification. FAR 52.228-5, Insurance-Work on a government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. FAR 52.232-36, Payment by Third Party. FAR 52.233-2, Service of Protest FAR 52.233-3, Protest After Award FAR 52.225-1, Buy American - Supplies. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal). FAR 52. 211-17, Delivery of Excess Quantities (for multiple quantities). FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable). FAR 52.219-28, Post Award Small Business Representation (if applicable). FAR 52.222-50, Combating Trafficking in Persons. FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.253-1, Computer Generated Forms (when contractor is required to submit data). FAR 52.222-55, Minimum Wages Under Executive Order 13658 FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) FAR 52.204-9, Personal Identity Verification of Contractor Personnel 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.223-5, Pollution Prevention and Right to Know Information DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable). DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable). DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.243-7002, Request for Equitable Adjustment (when applicable). DFARS 252.246-7000, Material Inspection And Receiving Report. DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.215-7008, Only One Offer. DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. DFARS 252.232-7010, Levies on Contract Payments DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.243-7002, Requests for Equitable Adjustment This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their proposal any time before the due date to: MSgt Matthew Marshall at matthew.m.marshall6.mil@mail.mil. Please confirm receipt of your proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-1/W912JV-16-T-7009/listing.html)
 
Place of Performance
Address: 221 Wagner St, Klamath Falls, Oregon, 97603, United States
Zip Code: 97603
 
Record
SN04259280-W 20160909/160907234953-2fcaecd1b67b9bc26f86009b8263d9f3 (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.