Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2017 FBO #5780
MODIFICATION

41 -- CES P-36 HVAC System

Notice Date
9/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
423730 — Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, 183 MSG/MSC, IL ANG, CAPITOL AIRPORT, 3101 J. DAVID JONES PARKWAY, SPRINGFIELD, Illinois, 62707-5001, United States
 
ZIP Code
62707-5001
 
Solicitation Number
W91SMC-17-Q-0008
 
Point of Contact
Alicia C. Braun, Phone: 2177571265, Brent D. Keller, Phone: 2177571251
 
E-Mail Address
alicia.c.braun.mil@mail.mil, brent.d.keller.mil@mail.mil
(alicia.c.braun.mil@mail.mil, brent.d.keller.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the System for Award Management database @ www.sam.gov and shall be considered for award. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) W91SMC-17-Q-0008. Submit written offers IAW CLIN structure outlined in announcement. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (effective 19 Jan 2017). This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(b). North American Industrial Classification Standard (NAICS) 423730 "Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers", and Size Standard of 150 employees applies to this procurement. RFQ Submission Format for CES P-36 HVAC System: •1. Quotes should conform to the CLIN structure as established in RFQ Submission Format. •2. Quotes shall be valid through 30 September 2017. •3. Please see attached Statement of Work (SOW) for detailed description of requirements. •4. Quotes must be submitted to SMSgt Brent Keller and TSgt Alicia Braun, via email at brent.d.keller.mil@mail.mil and Alicia.c.braun.mil@mail.mil NLT 12:00 PM CST, 20 September 2017. •5. The resulting contract will be Firm-Fixed Price (FFP) and delivery date will be 60 days after receipt of award. CLIN 0001 Server Room HVAC System QTY 1 Each The contractor shall provide all materials and support necessary to meet the required specifications for an additional HVAC unit in the server room of Building 36 in accordance with the attached Statement of Work (SOW). Delivery Location The HVAC Server will be delivered to the 183d Wing, Abraham Lincoln Capital Airport Building P-36, 3101 J David Jones Parkway, Springfield, IL 62707. The following clauses are incorporated by reference in the solicitation and the resulting contract: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor- Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.223-15 Energy Efficiency in Energy-Consuming Products 52.223-20 Aerosols 52.223-21 Foams 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7008 Use of Government-Assigned Serial Number 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7036 Alt. 1 Buy American-Free Trade Agreements-Balance of Payments Program (Alternate I) 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The following clauses are incorporated by full text in the solicitation and the final award: 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.222-36 Equal Opportunity for Workers with Disabilities 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.252-2 Clauses Incorporated by Reference Fill-in information: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses Fill-in information: Department of Defense FAR Supplement (DFARS) (48 CFR Chapter 2) 252.211-7003 Item Unique Identification and Valuation 252.232-7006 Wide Area Workflow Payment Instructions Fill-in information to be provided at award. The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award. 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation- Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure All potential offerors are reminded that all firms must be registered in the System for Award Management database @ www.sam.gov to be be considered for award. Lack of registration in the SAM will make an offeror ineligible for contract award. All quotes should be good through 30 September at 11:59 PM CST. Quotes must be submitted to SMSgt Brent Keller and TSgt Alicia Braun, via email at brent.d.keller.mil@mail.mil and Alicia.c.braun.mil@mail.mil NLT 12:00 PM CST, 20 September 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-3/W91SMC-17-Q-0008/listing.html)
 
Place of Performance
Address: Springfield, Illinois, 62707, United States
Zip Code: 62707
 
Record
SN04683111-W 20170920/170918232317-06f9a2c017873aaffbea88caca3bd71b (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.