Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2017 FBO #5670
SOLICITATION NOTICE

J -- Static Aircraft Display Restoration - PWS - Wage Determination - Site Visit

Notice Date
5/31/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-17-Q-7014
 
Archive Date
7/15/2017
 
Point of Contact
Joel Sire, Phone: 541-885-6181
 
E-Mail Address
joel.a.sire.mil@mail.mil
(joel.a.sire.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation: W912JV-17-Q-7014 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 238320 and the small business size standard is $15M. The following commercial services are requested: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. HOWEVER, A REQUEST FOR FUNDING IS INCLUDED IN THE FY17 END OF YEAR SPEND PLAN. AWARD IS CONTINGENT UPON FUNDS BECOMING AVAILABLE ON OR BEFORE SEPTEMBER 30, 2017. ALL QUOTES NEED TO BE VALID UNTIL SEPTEMBER 30, 2017. Static Aircraft Display Restoration - QTY: 3 Each -Please see attached Performance Work Statement (PWS). The location of performance is as follows: 173d MXG 332 Vandenberg Drive Kingsley Field, Oregon 97603 A site visit will be held at the above address on Thursday June 15th beginning at 8:00AM PDT. Please review the attached memorandum for instructions on attending the site visit. The following provisions and clauses apply to this acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. FAR 52.212-2 -- Evaluation -- Commercial Items. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.204-7 -- System for Award Management. FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.204-13 - System for Award Management Maintenance. FAR 52.204-16 -- Commercial and Government Entity Code Reporting. FAR 52.204-18 -- Commercial and Government Entity Code Maintenance. FAR 52.204-22 - Alternative Line Item Proposal. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-28 - Post-Award Small Business Program Rerepresentation. FAR 52.222-3 -- Convict Labor. FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-36 - Equal Opportunity for Workers With Disabilities. FAR 52.222-41 -- Service Contract Labor Standards. FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. FAR 52.222-55 -- Minimum Wages Under Executive Order 13658. FAR 52.222-62 Paid Sick Leave Under Executive Order 13706. Paid Sick Leave Under Executive Order 13706 (JAN 2017) FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information. FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.237-1 -- Site Visit. FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. FAR 52.252-2 -- Clauses Incorporated by Reference. DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008 -- Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7011 -- Alternative Line Item Structure. DFARS 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.225-7000 -- Buy American--Balance of Payments Program Certificate. DFARS 252.225-7001 -- Buy American and Balance of Payments Program. DFARS 252.225-7031 -- Secondary Arab Boycott of Israel. DFARS 252.225-7048 -- Export-Controlled Items. DFARS 252.232-7006 -- Wide Area WorkFlow Payment Instructions. DFARS 252.232-7010 -- Levies on Contract Payments. DFARS 252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel. DFARS 252.244-7000 -- Subcontracts for Commercial Items. Submit the price quote information via email to SSgt Joel Sire at joel.a.sire.mil@mail.mil and to SMSgt Jerry Fuls at email: jerry.e.fuls.mil@mail.mil. Responses to this RFQ must be received via e-mail not later than 3:00 PM Eastern Standard time on Wednesday 30 June 2017. Oral Quotes will not be accepted. Collect calls will not be accepted. All proposals must be directly submitted by the firm that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a company with the intention of being award "care of" will not be accepted. Award will be based on lowest price technically acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-17-Q-7014/listing.html)
 
Place of Performance
Address: Kingsley Field, OR, Klamath Falls, Oregon, 97603, United States
Zip Code: 97603
 
Record
SN04526599-W 20170602/170531234636-9b91ea94e84a420f0f9242bfeb5053e3 (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.