Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOLICITATION NOTICE

63 -- VESDA (WADS - JBLM) - Attachments

Notice Date
3/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 141 MSG/MSC, WA ANG, 2 SOUTH OLYMPIA AVENUE, FAIRCHILD AFB, Washington, 99011-9439, United States
 
ZIP Code
99011-9439
 
Solicitation Number
W912K3-18-Q-5002
 
Archive Date
3/30/2018
 
Point of Contact
Dennis Jutras, Phone: (509) 247-7221
 
E-Mail Address
dennis.jutras.2@us.af.mil
(dennis.jutras.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Floor Plan Detail Description of Requirement This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. W912K3-18-Q-5002 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, 24 Jan 2018 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20180131. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 334290 with fewer than 750 Employees. Description of Requirement: CLIN 0001 - Very Early Smoke Detection Apparatus (VESDA) IAW attached Description of Requirement, to include installation at Western Air Defense Sector (WADS) on Joint Base Lewis-McChord. QTY: 01 (Job) Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 15 March 2018. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information: BUYER: CMSgt Dennis Jutras Email: 141MSG.MSC@us.af.mil Financing Information: A Firm-Fixed Price award will be issued in writing. Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES C l a us e s m a y b e a c ce ss e d e l ec t r oni c a l l y in f ull t e x t th r ou g h http:// far sit e.hill. af.mil. C ont rac to r s must be ac tiv e l y r e g ist e r e d with www.SAM.gov and W ide A re a W o r k F low ( W A W F ) a t http://w a w f. e b. mil. FAR 52.204-7, System for Award Management Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-18, Commercial and Government Entity Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government when the following factors are considered: Price, technically acceptability, geographic location, recreational activities and amenities available. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-50, Combating Trafficking in Persons FAR 52.222-55, Minimum Wages Under Executive Order 13658 FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) DFARS 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/W912K3-18-Q-5002/listing.html)
 
Place of Performance
Address: Western Air Defense Sector, Joint Base Lewis-McChord, Washington, 98438, United States
Zip Code: 98438
 
Record
SN04847341-W 20180310/180308231112-f09ec7a47564f89c70e0b699f17b79ef (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.