Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOLICITATION NOTICE

R -- CST Vigilant Guard Exercise

Notice Date
3/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-18-Q-0021
 
Archive Date
4/10/2018
 
Point of Contact
Rebecca Fowler, Phone: 4342986206
 
E-Mail Address
rebecca.l.fowler6.civ@mail.mil
(rebecca.l.fowler6.civ@mail.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This solicitation is being issued as a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement and corresponding attachments constitute the only solicitation; quotes are being requested and a separate solicitation will not be issued. Solicitation W912LQ-18-Q-0021 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96, effective 6 Nov 2017. This procurement is being issued as a Historically Underutilized Business Zone (HUBZone) Small Business Set Aside under NAICS code 541990 with a small business size standard of $15M. The Virginia Army National Guard (VAARNG) Civil Support Team (CST) will be conducting a Vigilant Guard Exercise May 5-11, 2018 in the Tidewater Virginia area. Award will be made to the vendor(s) whose quote is the lowest price and meets minimum special qualifications specified in the Performance Work Statement (PWS) at a satisfactory level. Multiple awards will not be made. In order to be considered for award, vendors must have an active registration in the System for Award Management (SAM) database at www.sam.gov. The performance work statement (PWS) included as an attachment to this announcement, or subsequent amendment, will be made a part of any resulting award. All questions shall be submitted in writing and received prior to 4:00 p.m. ET, March 19, 2018. Questions are to be sent via email to rebecca.l.fowler6.civ@mail.mil. Quotes are due not later than the time and date specified on the Federal Business Opportunities (FBO) website, www.fbo.gov. Email quotes to rebecca.l.fowler6.civ@mail.mil. Quotes submitted other than via email will not be considered. Submission Requirements: Prospective vendors must submit the following information with their quote package. Failure to submit one or more of the required documents may render the submission unresponsive. 1 - Special Qualifications - a listing of at least five events conducted, to include point of contact information, for similar services performed in the last three years. 2 - Price (using attachment) 3 - Completed copies of representations and certifications (see attachment) The following provisions are incorporated in this solicitation by reference: FAR 52.203-18, Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements - Representation; FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.212-1, Instructions to Offerors - Commercial (Amended to delete paragraph (d) Product Samples); FAR 52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations; DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons The following clauses are incorporated in this solicitation by reference: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-19, Compliance with Environmental Management Systems; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A, System for Award Management; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations; DFARS 252.223-7006, Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials; DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7012, Preference For Certain Domestic Commodities; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.244-7000, Subcontracts for Commercial Items; The following provisions are incorporated in this solicitation by full text. The full text is found in the attachment to this announcement. FAR 52.204-17, Ownership or Control of Offeror; FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items Alternate I (must be returned with quote); FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons The following clauses are incorporated by full text. The full text is found in the attachment to this announcement. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019); FAR 52.228-5, Insurance - Work on a Government Installation; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-18-Q-0021/listing.html)
 
Place of Performance
Address: Tidewater Virginia Area, Newport News, Virginia, United States
 
Record
SN04850528-W 20180314/180312230839-2aa193479bdb6a86a95edec638899dbb (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.