SOLICITATION NOTICE
44 -- Dust Collection System - PWS
- Notice Date
- 7/24/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333413
— Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Connecticut, 360 Broad Street, Hartford, Connecticut, 06105-3795
- ZIP Code
- 06105-3795
- Solicitation Number
- W91ZRS-17-Q-B002
- Archive Date
- 8/26/2017
- Point of Contact
- Peter J. Bedard, Phone: 8603864080
- E-Mail Address
-
peter.j.bedard.mil@mail.mil
(peter.j.bedard.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Shop Set Up Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 dated 13 January 2017. This solicitation number W91ZRS-17-Q-B001 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for Dust Removal System. This request is due by 11 August 2017 at 12:00 p.m. (Eastern Time). This solicitation is unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 333413 Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing.. The small business size standard for 333413 is 500 employees. Instructions to Offerors 1. All questions shall be in writing. Questions may be faxed to Peter Bedard at 860-386-4070 or emailed to peter.j.bedard.mil@mail.mil. Questions must be submitted No Later than 07 August 2017. Email is preferred. 2. All quotes are due no later than 12:00 p.m. eastern time, 11 August 2017. Quotes may be faxed to Peter Bedard at 806-386-4070 or emailed to peter.j.bedard.mil@mail.mil. Email is preferred. a. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time. 3. Important information: A site visit will take place on Monday July 31st at 10:00. CSMS building at 580 North Street, Windsor Locks, CT 06096. Please email peter.j.bedard.mil@mail.mil if you plan on attending the site visit. Government issued photo ID is required. Basis For Award Award shall be made to a single offeror. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Sam's Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov. Payment shall be paid thru the Wide Area Workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer. Performance Work Statement: Please see attached. The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Alt I, Offerors Representations and Certifications (OCT 2010); FAR 52.217-5, Evaluation of Options; FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment---Certification; FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services---Certification; FAR 52.233-2, Service of Protest; FAR 52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System; DFARS 252.215-7007, Notice of Intent to Resolicit; DFARS 252.215-7008, Only One Offer; DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons; DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7020 Trade Agreement Certificates; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7035, Buy American---Free Trade Agreements---Balance of Payments Program Certificate; DFARS 252.225-7035 Alt I, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate I); DFARS 252.225-7035 Alt IV, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services From Certain Foreign Entities---Representations; DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of terror. The following clauses apply to this acquisition: FAR 52.203-3, Gratuities; FAR 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government; FAR 52.204-4, Printed or Copied-Double Sided on Post-consumer Fiber Content paper; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-18, Commercial Government Entity Code Maintenance; FAR 52.209-6, Protecting Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION); FAR 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--- Commercial Items (DEVIATION 2013-O0019) (APR 2015) ALTERNATE II (APR 2015); FAR 52.219-6, Notice of Small Business Set - Aside; FAR 52.219-8, Utilization 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 52.222-17, Non-displacement of Qualified Workers; FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-41, Service Contract Act of 1965, (wage determination no. 1996-0239, revision no. 25, date of last revision 02/03/2011); 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 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.228-5, Insurance-Work on Government Installation; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations; 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 52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2; DFARS 252.201-7000, Contracting Officer's Representative; DFARS; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7999 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding of unclassified Controlled Technical Information: DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7012 Preference for certain Domestic Commodities; DFARS 252.225-7021, Trade Agreements; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 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 252.243-7002, Requests for Equitable Adjustment; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found at http://farsite.hilll.at.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-17-Q-B002/listing.html)
- Place of Performance
- Address: 580 North Street, Windsor Locks, California, 06096, United States
- Zip Code: 06096
- Zip Code: 06096
- Record
- SN04593373-W 20170726/170725085839-61357fc7ead80dd5a4b6afaed725847b (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 |