Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2017 FBO #5747
SOLICITATION NOTICE

H -- RFQ - MO-TASMG Load Testing and Recertification - PWS and Wage Determination

Notice Date
8/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Missouri, 7101 Military Circle, Jefferson City, Missouri, 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-17-Q-7021
 
Archive Date
9/15/2017
 
Point of Contact
Joseph P. Caldwell, Phone: 573-638-9847
 
E-Mail Address
joseph.p.caldwell.mil@mail.mil
(joseph.p.caldwell.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination PWS This is a combined synopsis/solicitation for commercial non personal services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W912NS-17-Q-7021 and is issued as a request for quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 333923 with no set-aside restriction (Unrestricted). All qualified offerors may submit quotes. The following commercial non personal services are requested in this combined synopsis/solicitation: CLIN 0001: Load Testing and Recertification - To be provided in accordance with attached Performance Work Statement (PWS) Quantity: 1 Unit of Measure: JOB Period of Performance: 30 Days post award CLIN 0002: Contract Manpower Reporting - To be provided in accordance with Paragraph 7 of attached Performance Work Statement (PWS) Quantity: 1 Unit of Measure: JOB Period of Performance: 30 Days post completion of services Basis of Award: Best Value will be determined on the Lowest Price Technically Acceptable (LPTA). All quotes will be ranked by price. The lowest price quote received will receive the technical acceptability review below. If that quote is determined technically acceptable no further reviews will be completed and award will be made. If the lowest price quote is not technically acceptable the process will continue in next lowest price order. To be Technically Acceptable quote must clearly reflect the offeror's understanding of the Performance Work Statement (PWS) and have adequate Past Performance. Offerors who simply restate PWS requirements may be considered not Technically Acceptable. Offeror must demonstrate in their quote that they have any necessary certifications to complete the services. Offeror must provide evidence of past performance on at least two previous similar contracts performed in the past 24 months. Past Performance evidence should include: (i) Contract number; (ii) Description of services; (iii) Contract value; (iv) Performance period; (v) Contract type; and (vi) Point of contract (POC) with current e-mail address and telephone number. Please submit your quote on a Company Letter Head to joseph.p.caldwell.mil@mail.mil (start email subject with "QUOTE - W912NS-17-Q-7021 - Company Name") no later than 11:00 a.m. CDT, 31 August 2017. Please utilize The following provisions and clauses apply to this acquisition: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 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 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dev) 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Certification 52.222-52 Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services- Certification 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave under Executive Order 13706 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policy 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 52.232-39 Unenforceability of Unauthorized Obligations 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment and Vegetation (All services performed at installation) 52.252-2 Clauses Incorporated by Reference Fill in website http://farsite.hill.af.mil 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7999 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) 252.204-7008 (Dev) Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American - Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7031 Secondary Arab Boycott of Israel 252.225-7036 Alt I 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 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.239-7001 Information Assurance Contractor Training and Certification 252.244-7000 Subcontracts for Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23/W912NS-17-Q-7021/listing.html)
 
Place of Performance
Address: 5250 W Depot Rd., Springfield, Missouri, 65803, United States
Zip Code: 65803
 
Record
SN04631325-W 20170818/170816232001-16b03868c3ac051b1ae678220d76df4c (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.