Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOLICITATION NOTICE

R -- Logistics Analysis for Supplies and Services - Performance Work Statement - Clauses

Notice Date
3/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Michigan, Joint Forces Readiness Center-Building 30, 3423 North Martin Luther King Jr. BLVD., Lansing, Michigan, 48906-2934, United States
 
ZIP Code
48906-2934
 
Solicitation Number
W12JB-18-Q-0010
 
Point of Contact
Jacob S. Curtiss, Phone: 5174817852
 
E-Mail Address
jacob.s.curtiss.mil@mail.mil
(jacob.s.curtiss.mil@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Clauses Performance Work Statement for W912JB-18-Q-0010 This is 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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W912JB-18-0010. The solicitation document incorporated and clauses in effect through Federal Acquisition Circular 2001-27. This is a Small Business competitive 8(a) set aside. The NAICS is 541614 and the small business size standard is $15,000,000.00. The Michigan Army National Guard (MIARNG) has a requirement for Logistics Analysis for Supplies and Services to provide customer and logistic services to the G4 Deputy Chief of Staff for Logistics (DCSLOG). Please see the attached Performance Work Statement (PWS) and associated clauses for exact requirement. This requirement is a firm fixed priced and will have a Period of Permanence (PoP) of 12 months. Questions are due by Noon, 4 April 2018, Eastern Standard Time, and must be submitted via email. Questions will not be answered via telephone. Quotes should include price, technical approach and past performance information that is not more than three years old. Offers will be evaluated based on the Lowest Price, Technically Acceptable offer. Technical and past performance will be rated as Acceptable or unacceptable. A Travel CLIN of $1,500.00 is included. The following provisions and clauses are applicable to this solicitation: The provision at 52.212-1, instructions to offerors commercial, applies to this acquisition. Offers should include a completed copy of the provision at 52.212-3, Offer Representations and Certifications Commercial items, with this offer, The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisitions. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/W12JB-18-Q-0010/listing.html)
 
Place of Performance
Address: JFHQ G4 DCSLOG, Lansgin, Michigan, 48906, United States
Zip Code: 48906
 
Record
SN04854703-W 20180316/180314231711-1fa8b2526edf9732e3a722df451b75ab (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.