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

49 -- Vertical Storage Lifts - Vertical Storage Lift specs

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Mississippi, 144 Military Drive, JACKSON, Mississippi, 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-17-T-0045
 
Archive Date
9/30/2017
 
Point of Contact
David A. Oglesby, Phone: 601-313-1636
 
E-Mail Address
david.a.oglesby.mil@mail.mil
(david.a.oglesby.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SSA - Vertical Storage Lift specs Hangar floor - Vertical Storage Lift specs 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 the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-17-T-0045 is being issued as a Request for Quote (RFQ). This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective January 13, 2017 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20161222 dated 22 December 2016. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being set-aside for Small Business (SB) and only qualified offerors may submit quotes. The North American Industrial Classification System (NAICS) Code is 333922 with a standard size of 500. The United States Property and Fiscal Office for Mississippi, Purchasing and Contracting Office, Flowood, MS intends to issue a contract for the following items: CLIN 0001 - Hanel Lean Lift Model 2460-635/75/470/40 (Hangar Floor) - 1 each. CLIN 0002 - Hanel Lean Lift Model 3260-1047/75/300/40 (SSA) - 1 each. CLIN 0003 - Divider Sets for Model 3260-1047 - QTY: 1 each. CLIN 0004 - Installation and Integration - QTY: 2 each. Salient characteristics of the above items are included in the specifications attached in the following two PDF documents: 1. HANGAR FLOOR - Vertical Storage Specifications and 2. SSA - Vertical Storage Specifications Although a site visit is not mandatory, contractors are encouraged to visit the facility in order to gain a better understanding of the requirement. A site visit will be conducted at 9:00 A.M. CDT on Wednesday, August 23, 2017 at 1108th TASMG, 4715 Hewes Avenue, Hangar 1, Gulfport, MS 39507. The point of contact for RSVP is Major Sean Barna at (228) 214-1357 or sean.barna.mil@mail.mil. DELIVERY: 120 Days after Receipt of Order. If delivery date cannot be met, indicate proposed delivery date. Offer is to be FOB DESTINATION, delivered to: 1108th TASMG, 4715 Hewes Avenue, Hangar 1, Gulfport, MS 39507 BASIS OF AWARD: A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process with technically acceptable and price being equal. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor. Quotes are due no later than 10:00 A.M. CDT, Friday, September 8, 2017 to USPFO-MS-PC, Attn: David Oglesby, 144 Military Drive, Flowood, MS 39232-8861. Quotes can be emailed to david.a.oglesby.mil@mail.mil or faxed to 601-313-1569. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. The following FAR and DFARS provisions and clauses apply to this solicitation: FAR 52.203-3, Gratuities FAR 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government - Alt. I FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-4, Printed or Copied-Double Sided on Post-consumer Fiber Content Paper 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 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-3 Alt. I, Offeror Representations and Certifications-Commercial Items - Alternate I (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision) 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, applies to this acquisition, and these additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Standards 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-6, Notice of Total Small Business Set Aside 52.219-14, Limitations on Subcontracting 52.219.28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.219-8, Utilization of Small Business Concerns FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-1, Solicitation Provisions Incorporated by Reference 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 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations DFARS 252.222-7007, Representation Regarding Combatting Trafficking in Persons DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7048, Export-Controlled Items DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-17-T-0045/listing.html)
 
Place of Performance
Address: 1108th Theater Aviation Sustainment Maintenance Group (TASMG), 4715 Hewes Avenue, Hangar 1, Gulfport, Mississippi, 39507, United States
Zip Code: 39507
 
Record
SN04618110-W 20170810/170808232648-2ddeddbe9a29f24988ad0fced2d65c52 (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.