Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOLICITATION NOTICE

J -- Repair Hoist MS ANG CRTC-BAC - Package #1

Notice Date
5/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, CRTC-GULFPORT, MS ANG, 4715 HEWES AVENUE, BLDG 146, GULFPORT, Mississippi, 39507-4325, United States
 
ZIP Code
39507-4325
 
Solicitation Number
W9127Q-17-T-0024
 
Archive Date
6/10/2017
 
Point of Contact
Michael S. Hornbeck, Phone: 2282091594, Brian M. Davis, Phone: 2282146072
 
E-Mail Address
michael.s.hornbeck.mil@mail.mil, brian.m.davis22.mil@mail.mil
(michael.s.hornbeck.mil@mail.mil, brian.m.davis22.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quality Assurance Plan Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; quotations are being requested. The solicitation number is W9127Q-17-T-0024 and is issued as a Request for Quote (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This acquisition is being solicited unrestricted. The North American Industry Classification System Code (NAICS) is 515120 and the small business size standard is $38,000,000.00. The Government is required to provide base cable/satellite television subscription services to approximately 550 locations on the combat Readiness Training Center, Gulfport, MS, designated in the Statement of Work (SOW). The contract will be awarded based on price alone. Contract bid schedule is as follows: Pricing for services should be proposed by unit illustrated. The period of performance for the base year is 5 June 2017 - 4 July 2017. The offeror who receives the award will be required to have all equipment, labor, and tools necessary for contract completion. *NOTE: Offerors are urged to inspect the site where the hoist repair services are to be performed, and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A site visit at CRTC, Gulfport, MS, will take place on Thursday 18 August 2017 at 10:00AM CST. The address is Bldg 132, 4715 Hewes Ave. Gulfport, MS 39507. While this meeting is not mandatory, participation is highly suggested to encourage a complete understanding of the requirement. If you are planning on attending please contact MSgt Michael Hornbeck, michael.s.hornbeck.mil@mail.mil -(228) 214-6168. The full text of a clause/provision may be accessed electronically at http://farsite.hill.af.mil. Award will be made to the offeror which is most advantageous to the government. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can register in SAM at www.sam.gov or contact SAM by calling 1-866-606-8220. Offers are due NLT Wednesday, May 26, 2017, at 4:00 P.M. Central time, using the bid sheet provided. Offers shall be emailed to usaf.ms.ms-crtc.mbx.mscrtc-contracting@mail.mil and michael.s.hornbeck.mil@mail.mil. Questions concerning this solicitation should be addressed to MSgt Michael S. Hornbeck II, (228) 214-6168, or michael.s.hornbeck.mil@mail.mil. The following provisions and clauses apply: 52.204-7 -- System for Award Management Registration 52.204-13 -- System for Award Management Maintenance 52.204-19 -- Incorporation by Reference of Representations and Certifications 52.209-10 -- Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 -- Instructions to Offerors-Commercial Items 52.212-3, Alt I -- Offeror Representations and Certifications-Commercial Items 52.212-4 -- Contract Terms and Conditions Commercial Items 52.219-6 -- Notice of Total Small Business Set-Aside 52.219-28 -- Post-Award Small Business Program Representation 52.222-3 -- Convict Labor 52.222-21 -- Prohibition of Segregated Facilities 52.222-26 -- Equal Opportunity 52.222-41 -- Service Contract Labor Standards 52.222-50 -- Combating Trafficking in Persons 52.222-55 -- Minimum Wages Under Executive Order 13658 52.222-62 -- Paid Sick Leave Under Executive Order 13706 52.223-18 -- Encouraging Contractor Policy to Ban Text Messaging while Driving 52.225-13 -- Restrictions on Certain Foreign Purchases 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-1 -- Payments 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 52.237-1 -- Site Visit 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 52.243-1, Alt I -- Changes Fixed-Price 52.247-34 -- F.O.B. Destination 52.253-1 -- Computer Generated Forms 252.203-7000 -- Requirements Relating to compensation of Former DoD Officials 252.203-7002 -- Requirements to Inform Employees of Whistleblower Rights 252.204-7003 -- Control of Government Personnel Work Product 252.204-7004 -- Alternate A, System for Award Management 252.223-7008 -- Prohibition of Hexavalent Chromium 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports 252.243-7001 Pricing of Contract Modifications In accordance FAR 52.252-1 and FAR 52.252-2, the following solicitation provisions and clauses are incorporated by Full Text, available at www.farsite.hill.af.mil : 52.212-2 -- Evaluation - Commercial Items 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 52.212-3 -- Offeror Representations and Certifications 52.219-1 Alt I -- Small Business Program Representations 52.222-25 -- Affirmative Action Compliance 52.222-36 -- Equal Opportunity for Workers With Disabilities 52.222-42 -- Statement of Equivalent Rates for Federal Hires 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference 52.252-6 -- Authorized Deviations in Clauses 252.232-7010 -- Levies on Contract Payments 5352.201-9101 -- Ombudsman Clause Wide Area Work Flow Invoicing Instructions will be incorporated in the contract document at award End of Clauses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22-1/W9127Q-17-T-0024/listing.html)
 
Place of Performance
Address: 4715 Hewes Ave, Gulfport, Mississippi, 39507, United States
Zip Code: 39507
 
Record
SN04504896-W 20170513/170511235401-d410e6e968209e6fd7d01e440e1512a7 (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.