Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
MODIFICATION

N -- CST Temporary Building Structure

Notice Date
8/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Army, National Guard Bureau, 113 MSG/MSC, DC ANG, 3252 E. PERIMETER ROAD, RM 217, ANDREWS AFB, Maryland, 20762-5011, United States
 
ZIP Code
20762-5011
 
Solicitation Number
W912R1-17-Q-0017
 
Archive Date
9/9/2017
 
Point of Contact
Mardela Scott, Phone: 7036016808, Willie C. Weatherspoon, Phone: 703-601-6810
 
E-Mail Address
mardela.scott.1@us.af.mil, willie.c.weatherspoon.mil@mail.mil
(mardela.scott.1@us.af.mil, willie.c.weatherspoon.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 is issued as a Request for Quote (RFQ), for a firm-fixed price type contract. The solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisitions Circular. All responsible sources may submit a quotation in response to this solicitation, which shall be considered. A contract may be awarded resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. The District of Columbia Army National Guard intends to award one contract for the installation of a temporary facility that will house and support the temporary operation of an UCSb2 and TOC Trailer. The contractor shall perform the fabrication and installation of a temporary fabric covered facility on location 10 at the District of Columbia National Guard, Armory, located at 2001 E Capitol St SE, Washington, DC 20003. The facility floor, of the temporary facility, will consist of an approximate dimension of 42'L x 40' W x 20' square footage. The temporary facility will require electrical, data and climate control (reference the attached salient characteristics). The warranty shall be for a period of 12 months after installation on labor and material. The contract requirements will be separately priced into the contract line item numbers (CLINs): • CLIN 0001 - Temporary facility installation • CLIN 0002- Temporary facility maintenance (warranty) - 12 Months on labor and materials This acquisition will be a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) codes for this project are 238190, 314912, 332311, 531120, and 541330. This contract will be awarded in accordance with FAR Part 12, Commercial Items. The Government will award a contract to the lowest proposed price, technically acceptable offeror. Performance period to accomplish the installation of the temporary facility is on/before 28 September 2017. The contract will be a single award, Firm-Fixed-Price type contract. The work is required in support of the 33rd Civil Support Team. A site visit is scheduled for Wednesday, 16 August 2017, 10:00 AM Eastern Standard Time at the District of Columbia National Guard Armory, 2001 E Capitol St SE, Washington, DC 20003. Interested firms shall email the following information: Name of attendee(s) (no more than 2 people) Driver's license (or other state issued ID) to CPT Derek Ortiz, derek.ortiz2.mil@mail.mil, 202-821-8215 no later than 3:00 PM Eastern Time, Tuesday, 15 August 2017. Upon arrival, present valid driver's license (or other state issued ID). Per Federal Acquisition Regulation Clause 52.237-1, Site Visit; Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. Questions are due NLT Monday 21 August 2017, 1200 Noon Eastern Standard Time. Evaluation of Proposals: All offeror's responses will be evaluated in accordance with FAR clause 52.212-2, Evaluation of Commercial Items. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. The quote must describe how the offeror will provide all tools, supplies, equipment, and labor necessary, for the installation of a temporary facility that will house and support the temporary operation of an UCSb2 and TOC Trailer at the DC National Guard Armory in accordance with (IAW) the Salient Characteristics.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49-1/W912R1-17-Q-0017/listing.html)
 
Place of Performance
Address: District of Columbia National Guard, Armory, located at 2001 E Capitol St SE, Washington, District of Columbia, 20003, United States
Zip Code: 20003
 
Record
SN04624298-W 20170813/170811231457-8edb71fbfc86289b7353ace68f16d617 (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  © 1994-2020, Loren Data Corp.