Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2018 FBO #5962
SOLICITATION NOTICE

J -- Hearing Booth Movement and Calibration - SOW

Notice Date
3/19/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Arizona, 5645 East McDowell Road, Phoenix, Arizona, 85008-3442
 
ZIP Code
85008-3442
 
Solicitation Number
W912L2-18-T-0015
 
Archive Date
4/28/2018
 
Point of Contact
Vasile Insuratelu, Phone: 6026294403, James Cole, Phone: 6026294563
 
E-Mail Address
vasile.insuratelu.mil@mail.mil, james.p.cole.mil@mail.mil
(vasile.insuratelu.mil@mail.mil, james.p.cole.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW RFQ# W912L2-18-T-0015 Hearing Booths Relocation and Calibration 1. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the FAR (Federal Acquisition Regulation) Part 13 and Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Combined Synopsis/Solicitation requested and a written solicitation will not be issued. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources may submit a proposal. 2. This announcement constitutes the only Combined Synopsis/Solicitation; quotations are being requested and no further solicitation will be made. 3. The North American Industry Classification System (NAICS) code is 811219 -OTHER ELECTRONIC AND PRECISION EQUIPMENT REPAIR AND MAINTENANCE. Offerors must be registered in the Central Contractor Registration (SAMS) at http://www.sams.gov, in order to be considered for award. 4. The Combined Synopsis/Solicitation Number is: W912L2-18-T-0015. The Combined Synopsis/Solicitation is issued as a Request for Quotation (RFQ). The award will be FIRM FIXED PRICE. 5. Quotes are due via email to the Contracting Specialist: vasile.insuratelu.mil@mail.mil with RFQ#W912L2-18-T-0015 in the SUBJECT line by 1500 MST 13 April 2018. NO EXCEPTIONS. DUNS Number and Cage code are required with quote submission. Failure to provide all information required in this RFQ may deem your quote non-responsive. 6. SITES VISIT: First site visit will be conducted on Wednesday, 04 Apr 2018 at 11:00 a.m. Arizona time, at Camp Navajo Military Reservation building K2068. The Camp Navajo Military Reservation is located at 1 Hughes Ave, Bellmont, Arizona, 86015. Second site visit will be conducted on Thursday, 05 Apr 2018 at 09:00 a.m. Arizona time, at PPMR -AZ-ARNG MEDDET Physical Examination Section, The PPMR-AZ-ARNG MEDDET Physical Examination Section is located at 5645 East McDowell Road, Phoenix, Arizona, 85008 building M5502. Due to the limited space, we request no more than two (2) personnel from your organization attend. Please email MSG Vasile Insuratelu at vasile.insuratelu.mil@mail.mil with the number of personnel and the names of the personnel attending the site visit by 12:00 p.m. Arizona time, Wednesday, 28 Mar 2018. Offerors will be sent a map of the location to include where to meet and park. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. All attendees must have a Government issued photo ID, such as a valid state driver's license, to gain entry into the base. Information provided at this site visit as well as answers to questions shall not change/qualify the terms and conditions of the Request for Quote and specifications. Terms remain unchanged unless the Request for Quote is amended in writing. If amendment is issued, normal procedures relating to the acknowledgment of receipt of solicitation shall apply. 7. Question Submission: Interested offerors may submit any questions concerning the solicitation prior to 1500 MST 06 April 2018. Questions must be submitted by email to vasile.insuratelu.mil@mail.mil with RFQ# W912L2-18-T-0015 in the subject line. Questions not received within the time or format specified will not be considered. No telephonic requests will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS. All questions must be addressed to the Contracting Officer/Specialist only. Any other official may disqualify the offeror from submission of a quote. 8. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. 9. This acquisition is 100% set aside for Small Business. 10. In order for a bid to be eligible for evaluation the vendor will have to submit at a minimum a quote with detailed price for one base year and at least two option years. 11. The Arizona Army National Guard is requiring: See attached Statement of Work. 12. Quotes will be submitted in the following format: NAME OF VENDOR__________________________________________ POC NAME AT VENDOR______________________________________ POC EMAIL ADDRESS________________________________________ POC PHONE NUMBER________________________________________ DUNS#______________________________________________________ CAGE CODE ________________________________________________ CLIN 0001 Move and installation of (1) EA hearing booth from Camp Navajo Military Reservation building K2068 (Bellmont, Arizona, 86015) to the AZ ARNG Wellness Center PPMR building 5650 (Phoenix, Arizona, 85008) tiny_mce_marker_______ CLIN 0002 Move and installation of (2) EA hearing booths from the AZ-ARNG MEDDET Physical Examination Section located in building M5502 PPMR (Phoenix, Arizona,85008) to the AZ ARNG Wellness Center building 5650 PPMR (Phoenix, Arizona, 85008) tiny_mce_marker_______ CLIN 0003 Purchase and installation of (1) EA. Benson Medical CCA-200mini Plus System Audiometer, booth mount, USB key, tiny_mce_marker_______ CLIN 0004 Purchase and installation of (5) EA Benson Medical CCA-200mini Expansion Audiometer, booth mount 301 tiny_mce_marker_______ CLIN 0005 Purchase and installation of (6) EA. Benson Medical BAS-200 Bio-Acoustic Simulators tiny_mce_marker_______ CLIN 0006 Calibration Base Year of hearing equipment as per attached SOW tiny_mce_marker_______ CLIN 1001 Calibration Option Year One of hearing equipment as per attached SOW tiny_mce_marker_______ CLIN 2001 Calibration Option Year two of hearing equipment as per attached SOW tiny_mce_marker_______ CLIN 3001 Calibration Option Year three of hearing equipment as per attached SOW tiny_mce_marker_______ CLIN 4001 Calibration Option Year Four of hearing equipment as per attached SOW tiny_mce_marker_______ TOTAL PRICE tiny_mce_marker______ 13. The Combined Synopsis/Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. Effective November 6th, 2017. The provisions and clauses, which are incorporated herein by reference or full text, apply to this acquisition: 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System for Award Management OCT 2016 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 201 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS JAN 2017 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS JAN 2017 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) JAN 2017 52.217-5 Evaluation Of Options JUL 1990 52.217-8 Option to Extend Services NOV 1999 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-8 Utilization of Small Business Concerns NOV 2016 52.219-14 Limitations On Subcontracting JAN 2017 52.219-28 Post-Award Small Business Program Representation JUL 2013 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-35 Equal Opportunity for Veterans OCT 2015 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-37 Employment Reports on Veterans FEB 2016 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010 52.222-41 Service Contract Labor Standards MAY 2014 52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 2014 52.222-43 Fair Labor Standards Act And Service Contract Labor Standards - Price Adjustment (Multiple Year And Option Contracts) MAY 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-3 Continuity Of Services JAN 1991 52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7000 Disclosure Of Information OCT 2016 252.204-7004 AltA System for Award Management Alternate A FEB 2014 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7011 Alternative Line Item Structure SEP 2011 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.222-7007 Representation Regarding Combating Trafficking in Persons JAN 2015 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016 252.225-7012 Preference For Certain Domestic Commodities DEC 2016 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.225-7048 Export-Controlled Items JUN 2013 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns SEP 2004 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014)\ (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically acceptable. An award will be given to the lowest priced vendor whose quote meets or exceeds the minimum requirements in the Scope of Work. Technical and past performance, when combined, are significantly less, when combined, when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Protest to the independent review authority shall be filed with either the Office of the Chief Council or the Contracting Officer: Office of Chief Counsel ATTN: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1; Suite 11300 Arlington, Virginia 22202-3231 FAX (703) 607-3684 or 3682 OR Protest to the Contracting Officer shall be filed at: Contracting Officer's address USPFO for Arizona 1SG Thomas W. Mckendry 5645 E. McDowell Rd M5800 Phoenix, AZ 85008 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): HTTP://FARSITE.HILL.AF.MIL (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of Defense FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense FAR Supplement (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-18-T-0015/listing.html)
 
Place of Performance
Address: Multiple Addresses, United States
 
Record
SN04858908-W 20180321/180319231020-62e7ac2da665be3a25954eca036c254a (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.