Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2017 FBO #5770
SOLICITATION NOTICE

43 -- Breathing Air Compressor and Air Purifier - Package #1

Notice Date
9/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#333912 — Air and Gas Compressor 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-0068
 
Archive Date
10/6/2017
 
Point of Contact
Chigbo Nzoiwu, Phone: 6014058341
 
E-Mail Address
chigbo.o.nzoiwu.mil@mail.mil
(chigbo.o.nzoiwu.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description of_Breathing Air Compressor and Air Purifier_Final Site Visit Preannouncement Sheet 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-0068 is being issued as a Request for Quote (RFQ) with OPEN MARKET PRICING. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective January 19, 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 333912 with a size standard of 1,000. A contract is intended for the following items: CLIN 0001 - (1 each.) Compressor CLIN 0002 - (1 each.) Breathing Air Purifier CLIN 0003 - (1 each.) Installation/Training CLIN 0004 - (1 each.) CMRA Salient characteristics and scope of work are included in the attached PDF document named "Description of_Breathing Air Compressor and Air Purifier_Final" DELIVERY: 60 Days after receipt of order. If delivery date cannot be met, indicate proposed delivery date. Offer is to be FOB DESTINATION, delivered to: 172 MXS, 141 Military Drive Bldg. 235, Jackson MS 39232-8881 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. 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. A site visit is scheduled for this requirement to take place at 2:00 P.M., Wednesday, September 13, 2017. Site visit location will be in Hangar/Building 235 Classroom (on the right after passing through the hangar main entrance doors). Site visit notes will be posted as an amendment on FBO. If someone from your company plans to attend the site visit, please complete the attached Pre-Announcement Sheet with all personnel who plan to attend, and return to the emails listed on the bottom of the sheet no later than 12:00 P.M., Tuesday, September 12. Vehicle operators require a valid driver's license and proof of registration and insurance to drive on the installation. Vehicle passengers require a valid state-issued ID card to enter the installation. Quotes are due no later than 1:00 P.M., Thursday, September 21, 2017. Quotes may be emailed to: Chigbo.o.nzoiwu.mil@mail.mil & usaf.ms.172-aw.mbx.contracting@mail.mil or faxed to 601-405-8214. 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: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 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 52.204-22 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 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Offeror Representations and Certifications--Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 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 52.222-36 Equal Opportunity For Workers With Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement Of Equivalent Rates For Federal Hires 52.222-50 Combating Trafficking in Persons 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 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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations In Clauses 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 252.204-7004 Alt A System for Award Management Alternate A 252.204-7011 Alternative Line Item Structure 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance Of Payments Program Certificate-Basic 252.225-7001 Buy American And Balance Of Payments Program-Basic (Dec 2016) 252.225-7031 Secondary Arab Boycott Of Israel 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea Contracting Office Address: 172 MSG/MSC - Base Contracting Office 141 Military Drive AW 30 Bldg. 104 Jackson MS 39232-8881 Primary Point of Contact: SSgt Chigbo Nzoiwu - 601-405-8341 chigbo.o.nzoiwu.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-17-T-0068/listing.html)
 
Place of Performance
Address: 141 Military Drive, Bldg. 235, Jackson, Mississippi, 39232, United States
Zip Code: 39232
 
Record
SN04669256-W 20170910/170908232224-65fefc2deef8c233813315e3246650fa (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.