Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOLICITATION NOTICE

81 -- Explosives & Munictions Storage Container

Notice Date
5/24/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W91LQU70090300
 
Point of Contact
Dallas Ray Workman, Phone: 8014324607, , Phone: 801-432-4094
 
E-Mail Address
dallas.r.workman.civ@mail.mil, carlos.m.ledezma.civ@mail.mil
(dallas.r.workman.civ@mail.mil, carlos.m.ledezma.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined synopsis/solicitation W91LQU70090300 Explosive storage magazine Type 2 requirement, Request for Quotation. The Northern America Industry Classification System Code (NAICS) is 332311, Prefabricated Metal Building and Component Manufacturing.. This award should be able to be filled by a single vendor. The dimensions of the storage magazine should be 11' D X 7' W X 7' H with a light over the door with a photo cell. Include an Intrusion Detection System (IDS) that will be wired to an existing IDS in the area. Also include lightning protection. All vendors interested in submitting a quote please send it to, Contact Contract Specialist D. Ray Workman at email dallas.r.workman.civ@mail.mil no later than 2:00pm (Mountain) MST on 05 June, 2017. Quotes must be emailed to D. Ray Workman at the email listed above. Quotes should include delivery to the Utah National Guard Jake Garn Armory at 7602 So. Airport Road (4470 West) West Jordan Utah. Evaluations Factors: The contract type for this procurement will be a firm-fixed price and award shall be made on the basis of Lowest Price Technically Acceptable (LPTA). An LPTA quote is one that is the lowest price while meeting the technical requirements of the Government. The lowest quote may not be the successful quote if it does not meet technical requirements (i.e. the Government still reserves the option to award to other than lowest quote if the lowest quote does not meet technical acceptability). All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with System for Award Management (SAM) and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE CODE, DUNS number, Federal Tax Number (TIN), and must include point of contact information. Please provide your submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than 2:00 pm (Mountain) 06 June, 2017. All submissions should be sent via email to: dallas.r.workman.civ@mail.mil. Facsimiles are not acceptable. Question regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov. Failure to provide SAM registration may result in your quote being disqualified from consideration. The following provisions and clauses are applicable to this combined synopsis/solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 Alt 1 - Restrictions of Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontrating Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-14 - Limitations of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Vetrans FAR 52.222-36 - Affirmative Action for Workers with Disabilties FAR 52.222-37 - Employment Reports on Special Disabled Veterans FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-50 - Combating Trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form) FAR 52.252-1 - Provision Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Required Central Contactor Registration DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dec Tems and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractos DFARS 252.225-7012 - Preference for Cetain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W91LQU70090300/listing.html)
 
Place of Performance
Address: Jake Garn Armory 7602 So. Airport Rd., West Jordan, Utah, 84084, United States
Zip Code: 84084
 
Record
SN04520853-W 20170526/170524235457-393d8609d215ef4d9e96e55ef6afc643 (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.