Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2017 FBO #5587
SOLICITATION NOTICE

72 -- Command Post Console - Package #1

Notice Date
3/9/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 127 MSG/MSC, MI ANG, 43200 MAPLE STREET, BLDG 105, SELFRIDGE ANG BASE, Michigan, 48045-5213, United States
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB17T4016
 
Archive Date
4/14/2017
 
Point of Contact
Tami L McKenney, Phone: 5862395989, MSgt Steven Stocking, Phone: 586-239-4881
 
E-Mail Address
tami.l.mckenney.civ@mail.mil, steven.a.stocking3.mil@mail.mil
(tami.l.mckenney.civ@mail.mil, steven.a.stocking3.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Base Access Form Drawing (I) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W912JB-17-T-4016 is issued as a Request for Quote (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-89. (IV) This acquisition is being solicited as restricted (Small Business Set-Aside). The associated NAICS code for this acquisition is 337211. Federal Supply Classification Code is 6350, Small Business size standard is 500 Employees. (V) SCHEDULE OF SUPPLIES/SERVICES: Requirement is for a Command Post Console. The supplies include the following: Main Console, Supervisor Console, Millwork and General Accessories including freight and install. Mandatory features include: High Pressure Laminate panel finish, Base reduced depth console, EMSEC Compliance, built in hydraulics for separate operation on all three consoles, computer towers must have solid surface to sit on, no overhead compartments, built in shelves on both ends for storage, rack on back of both consoles to hang monitors and patch bay on middle of console to hang monitors. The contractor must be fully qualified in all aspects of the requirement to be considered. The contract will be non-personal in nature. (VI) CLIN 0001: COMMAND POST, BLDG. 303 CONSOLE SYSTEM *** Refer to Drawings for Detailed Requirements*** Quotes should be submitted with pricing according to each individual CLIN listed above. (VII) Period of Performance: 60 Days ARO (VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (IX) The clause FAR 52.212-2, Evaluation-Commercial Items. The following factors will be used to evaluate offers: (1) Availability of Requested Requirements in accordance with the Drawings (2) Price, The Government intends to award a contract without discussions and respective offerors. The Government, however, reserves the right to conduct discussions if deemed in the best interest of the Government. (X) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://orca.bpn.gov/. (XI) The FAR clause 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. (XII) The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the additional clauses in their latest editions apply to this acquisition: 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13: System for Award Management Maintenance 52.209-6: Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.209-10: Prohibition on Contracting with Inverted Domestic Corporations 52.212-4: Contract Terms and Conditions--Commercial Items 52.222-19: Child Labor--Cooperation with Authorities and Remedies 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-36: Equal Opportunity for Workers with Disabilities 52.222-50: Combating Trafficking in Persons 52.223-18: Encouraging Contractor Policies 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 52.232-39: Unenforceability of Unauthorized Obligations 52.232-40: Providing Accelerated Payments to Small Business Subcontractors 52.233-1: Disputes 52.233-3: Protest after Award 52.233-4: Applicable Law for Breach of Contract Claim 52.249-1: Termination for Convenience of the Government (Fixed-Price) (Short Form) 252.203-7000: Requirements Relating to Compensation of Former DoD Officials 252.203-7002: Requirement to Inform Employees of Whistleblower Rights 252.204-7003: Control of Government Personnel Work Product 252.204-7012: Safeguarding of Unclassified Controlled Technical Information 252.204-7015: Disclosure of Information to Litigation Support Contractors 252.225-7002: Qualifying Country Sources as Subcontractors 252.225-7036 Alt I: Buy American-Free Trade Agreements-Balance of Payments Program, Alternate I 252.232-7010: Levies on Contract Payments 252.243-7001: Pricing of Contract Modifications 252.244-7000: Subcontracts for Commercial Items 252.247-7023: Transportation of Supplies by Sea 252.247-7024: Notification of Transportation of Supplies by Sea The following additional provisions are incorporated by full text: 52.212-5 Dev: Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019) 52.219-28: Post-Award Small Business Program Representation 52.252-2: Clauses Incorporated by Reference 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports 252.232-7006: Wide Area WorkFlow Payment Instructions PP: Partial Payments Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) Additional Contract Requirements: Site Visit Information: Interested parties must contact Tami McKenney 586-239-5989 or MSgt Steven A. Stocking, 127th MSC, 43200 Maple Street Building 105, Selfridge ANG Base, MI 48045 at phone number (586)239-5989. A MANDATORY site visit will be conducted on 21 March 2017 at 10:00 AM EST at Selfridge ANGB, Michigan. For Base access (see Attachment 1) interested parties must provide, full name, date of birth, driver license number, State of Issue, Gender, Race, Country of Citizenship and if other than USA your Passport number, for a local security check to include all attendees to confirm attendance to the site visit no later than 14 March 2016 @ 11:00AM EST. (XIV) The Defense Priorities and Allocation System (DPAS) is not applicable to this solicitation. (XV) Offers are due to the 127 MSC 43200 Maple Street, BLDG. 105, Selfridge ANG Base, Michigan 48045, by 1:00 P.M. EST, 30 March 2017. FAR 5.101 All responsible sources may submit a response which, if timely received must be considered by the agency. (XVI) Emailed quotes will be accepted at steven.a.stocking3.mil@mail.mil and tami.l.mckenney.civ@mail.mil Point of Contact for this solicitation is MSgt Steven A. Stocking, 586-239-4881 or Tami McKenney 586-239-5989. All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: www.fbo.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the www.fbo.gov web site. They will be contained in the in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than, 2:00 P.M. EST, 23 March 2017. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System for Award Management (SAM) (http://www.sam.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB17T4016/listing.html)
 
Place of Performance
Address: George Ave, Selfridge ANG Base, Michigan, 48045, United States
Zip Code: 48045
 
Record
SN04430621-W 20170311/170309235404-c5c71e253a92f65e48ca7b76dc67fcdc (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.