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
SOLICITATION NOTICE

83 -- Radar Covers - Attachment 1 Specifications

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911yn17T0046
 
Archive Date
9/7/2017
 
Point of Contact
Rebecca Chechila, Phone: 9048230551
 
E-Mail Address
rebecca.r.chechila.mil@mail.mil
(rebecca.r.chechila.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 Specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being advertised utilizing Simplified Acquisition Procedures in accordance with FAR Subpart 13.105(b) This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 2017. The DFARS provisions and clauses are those in effect to DPN 20161222, effective 22 Dec 2016. This requirement is solicited as a small business set aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 314910 with a small business size standard of 500. The government intends to award a firm-fixed price contract for the following: Pricing Schedule: CLIN 0001: Protective Covers; 22 each CLIN 0002: Shipping if other than FOB Destination Delivery: 16 each to Orlando FL 32827 6 each to Camp Blanding, Starke, FL 32091 FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Quote Submission Instructions: a. Vendors shall quote covers which meet or exceed the specifications listed in Attachment 1. b. Vendors are requested to provide one of the following for quoted items. This will assist the government evaluation for of this RFQ. It is the contractors, not the government's requirement to provide this information. The government will not "hunt" for, or request this information after quote submission. - Descriptive literature documenting the quoted item meets specifications, or; - Link to a website for the quoted item documenting the quoted item meets specifications. c. Questions regarding this RFQ shall be submitted via email only to: rebecca.r.chechila.mil@mail.mil. The email subject line shall read "Vendor Question - Enhanced Sentinel Radar Covers". Questions must be submitted not later than 2 pm Eastern time on 18 August 2017. Questions received after this time may not receive an answer. A consolidated posting of questions (non-attributional) and answers will be posted with the synopsis/solicitation at www.FBO.gov site not later than 2 pm Eastern time on 21 August 2017. d. Quotes shall be submitted via Federal Business Opportunities ONLY not later than 2 pm Eastern time on 23 August 2017.. 3. Best Value Determination: In accordance with FAR 13.106-2, award decision will be based on the following factors to determine the quote providing the best value to the government. These factors are not ranked in order of importance and are not weighted. a. Price (Total price of all items quoted, to include shipping for items not F.o.b. Destination). b. Technical Acceptability based on specifications listed in Attachment 1. c. Past Performance in accordance with 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluation. J083 will be the PPIRS-SR FSC code utilized. d. Delivery Terms and timeframes. Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items, are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (DEVIATION 2013-O0019) (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following provisions and clauses apply to this acquisition: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text); 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (JAN 2017) ALTERNATE I (JAN 2017) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEPT 2016) 52.222-37 EMPLOYMENT REPORTS ON VETERANS (FEB 2016) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-7 PAYMENTS UNDER TIME AND MATERIALS AND LABOR HOUR CONTRACTS (AUG 2012) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-3 PROTEST AFTER AWARD (AUG. 1996) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM--BASIC (DEC 2016) 252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005) 252.225-7036 BUY AMERICAN-- FREE TRADE AGREEMENT--BALANCE OF PAYMENTS PROGRAM-- ALTERNATE I (DEC 2016) 252.225-7048 EXPORT-CONTROLLED ITEMS (JUNE 2013) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.239-7001 INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION (JAN 2008) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2017) 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JAN 2017) ALTERNATE I (OCT 2014) 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JAN 2017) 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.225-7035 BUY AMERICAN--FREE TRADE AGREEMENT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE-- ALTERNATE I (NOV 2014)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911yn17T0046/listing.html)
 
Place of Performance
Address: USPFO, 189 marine street, PNC Office, Saint Augustine, Florida, 32084, United States
Zip Code: 32084
 
Record
SN04625223-W 20170813/170811232146-2c4c0cce4aead831969ff3d94a1c117e (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.