Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

58 -- Mass Notification System - Requirement Package

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Army, National Guard Bureau, 128 MSG/MSC WI ANG, GENERAL MITCHELL IAP ANG BASE, 1919 E. GRANGE AVENUE, MILWAUKEE, Wisconsin, 53207-6199, United States
 
ZIP Code
53207-6199
 
Solicitation Number
W912J2-17-R-2507
 
Archive Date
9/16/2017
 
Point of Contact
Dionne F. Holloway, Phone: 4149448466
 
E-Mail Address
dionne.f.holloway.mil@mail.mil
(dionne.f.holloway.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Site/Base Access Request Form Combination Synopsis/Solicitation Statement of Work This is a Request for Quotation (RFQ) for an Air Crew Notification System at the 128 th Air Refueling Wing. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W912J2-17-R-2507 is being issued as a Request for Quotation (RFQ). This was previously solicited on AFWAY to the NetOps & Infrastructure SB contract holders - Solicitation number W912J2-16-R-2526 with negative responses. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1, Effective 15 June 2016 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20160802. It is the contractors' responsibility to be familiar with applicable clauses and provisions. The North American Industrial Classification System Code (NAICS) is 517110. Item 0001 - Materials Item 0002 - Labor Please see attached Statement of Work for this project. FOB: Destination for delivery and install at 128 th ARW, 1919 E Grange Ave, Milwaukee, WI 53207 This announcement is a combined synopsis/solicitation which will result in a firm fixed-price contract. Quotations will be evaluated as lowest price technically acceptable. Or equal items will be considered but must meet exact specifications. A site visit for this project will be held on 23 August 2017 at 1919 East Grange Avenue, Milwaukee, WI 53207 in the Contracting Office, B500, Room 14. If attending, please complete the attached vendor access form and send directly to usaf.wi.128-arw.list.base-access-request-ce@mail.mil NLT 18 August 2017. Proposals are due no later than 1:00 PM CST, 01 September 2017. Questions and quotations shall be emailed to dionne.f.holloway.mil@mail.mil SAM is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.SAM.gov/ POINTS OF CONTACT: Questions regarding this requirement may be addressed to SMSgt Dionne Holloway at dionne.f.holloway.mil@mail.mil. The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical and Past/Current Performance capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: https://www.sam.gov Technical package must include product data for items offered. Contractors must also provide in this package a statement as to their understanding of required work and how it will be performed. Failure to submit this information will result in that package being deemed as non-responsive. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at https://www.sam.gov. FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004, Alt A, System for Award Management. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil : 52.204-7, System for Award Management; 52.204-10, Reporting Executive Compensations and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contactors Debarred, Suspended, or Proposed for Debarment; 52.215-5, Facsimile Proposals; 52.219-1, Alt I, Small Business Program Representations; 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; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Test Messaging While Driving: 52.225-13, Restriction on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.232-39, Unenforceability of Unauthorized Obligations; 52.233-1, Disputes; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management; 252.204-7006, Billing Instructions; 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; FAR 52.232-18 This procurement is subject to the availability of funds. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-2/W912J2-17-R-2507/listing.html)
 
Place of Performance
Address: 1919 East Grange Avenue, Milwaukee, Wisconsin, 53207, United States
Zip Code: 53207
 
Record
SN04617454-W 20170810/170808232053-54d790e6f2d7f10705399f32f15a96fd (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.