Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOLICITATION NOTICE

J -- Vindicator Security System Upgrade - Justification & Approval - Performance Work Statement - A07_DFARS 252.209-7999 - A07_JBCC NCIC Access Form - A07_Provisions & Clauses - Wage Determination

Notice Date
5/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, National Guard Bureau, 102 MSG/MSC, MA ANG, 158 REILLY STREET, RM 228, BOX 8, OTIS ANG BASE, Massachusetts, 02542-5028, United States
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV-17-T-1000
 
Archive Date
6/21/2017
 
Point of Contact
Kirk B. Wetherbee, Phone: 5089684977, Kerry A. Wells, Phone: 5089684978
 
E-Mail Address
kirk.b.wetherbee.mil@mail.mil, kerry.a.wells2.civ@mail.mil
(kirk.b.wetherbee.mil@mail.mil, kerry.a.wells2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination A07_Provisions & Clauses A07_JBCC NCIC Access Form A07_DFARS 252.209-7999 Performance Work Statement Justification & Approval 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; offers are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number assigned to this announcement is W912SV-17-T-1000. This combined synopsis/solicitation is issued as unrestricted (this is not a small business set-aside). This combined synopsis/solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95 effective 19 Jan 2017 and DFARS Publication Notice 20161222 effective 22 Dec 2016. 1. Services non-personal. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform the following: 0001: Vindicator Security System Upgrade in accordance with (IAW) the Performance Work Statement (PWS) (QUANTITY: 1 EA) 0002: Contractor Manpower Reporting (CMR) IAW PWS (QUANTITY: 1 EA) End of Requirement Description 2. EVALUATION FACTORS: The contract will be made on the basis of best value to the Government, pricing information and other factors considered. Selection will be based on the following evaluation factors (FAR 52.212-2): (1) Pricing and (2) Past Performance. Evaluation factors will be weighed equal. Each offeror shall submit Past Performance Information on at least three (3) contracts performed within the last five (5) years for services comparable to the government's requirement demonstrating your ability to perform the proposed effort. Offerors are authorized to provide information on problems encountered on the referenced (identified) requirements to include corrective actions taken by the offeror as remedy. Offerors are cautioned that the Government will use data provided by each offeror in the evaluation of past performance. The information must include: a. Contract Number b. Company Name and Address c. Company Point of Contact, including phone number and/or email address d. Type of service performed e. Estimated Contract Value 3. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached provisions and clauses document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. Provisions and clauses applicable to this requirement can be viewed on attachment "A07_Provisions & Clauses." 4. ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. 5. SUBMITTAL REQUIREMENTS: In addition to submitting your quote and past performance information, please complete the attached tax liability provision (A07_DFARS 252.209-7999). 6. A site visit is scheduled for Wednesday, May 31, 2017 at 1:00PM EST. Please fill out the attached access form (A07_JBCC NCIC Access Form) with the names that require access. Return a copy to kirk.b.wetherbee.mil@mail.mil by Friday, May 26, 2017. In accordance with FAR 52.237-1 (Site Visit), offerors or quoters are urged and expected to inspect the site where 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. The deadline for submitting questions/requests for information is Friday, June 2, 2017. 7. Quotations (to include Submittal Requirements mentioned above) must be submitted via email no later than (NLT) the date and time specified to kirk.b.wetherbee.mil@mail.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and is submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to kirk.b.wetherbee.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-17-T-1000/listing.html)
 
Place of Performance
Address: Otis ANGB, Massachusetts, 02542, United States
Zip Code: 02542
 
Record
SN04511066-W 20170518/170516235211-721ce4ef33051d83873c4b87489a5192 (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.