MODIFICATION
72 -- Youth Center Divider Curtain
- Notice Date
- 3/27/2018
- Notice Type
- Modification/Amendment
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 5 CONS, 165 Missile Avenue, Minot AFB, North Dakota, 58705-5027, United States
- ZIP Code
- 58705-5027
- Solicitation Number
- FA452818Q4017
- Archive Date
- 4/25/2018
- Point of Contact
- William J. Tucker, Phone: 7017234174, Dakota L. Asselyn, Phone: 7017233056
- E-Mail Address
-
william.tucker.22@us.af.mil, dakota.asselyn@us.af.mil
(william.tucker.22@us.af.mil, dakota.asselyn@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- • Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, Defense Publication Notice 20171228, and Air Force Acquisition Circular 2017-1003. 3) The NAICS is 339920, Sporting and Athletic Goods Manufacturing. The Small Business Size Standard for this NAICS code is 500 EMP. This acquisition is set-aside for 100% small business concerns. 4) Description: Demolition of old curtain dividers, acquisition and installation of 2 new dividers IAW Attachment I, Statement of Work (SOW). Estimated Period of Performance: 30 Days after contract award. CLIN Qty Price Total 0001 Curtain Dividers IAW Attachment I, SOW 1 Lot $ $ 0002 Annual Operational Safety Inspection and Maintenance (Accomplished 1 year after installation) 1 Job $ $ 1002 Annual Operational Safety Inspection and Maintenance (Accomplished 2 years after installation) 1 Job $ $ 2002 Annual Operational Safety Inspection and Maintenance (Accomplished 3 years after installation) 1 Job $ $ **A Site Visit will be conducted on 3 April 2018 at 10:00 AM. All contractors interested in attending, shall submit the following information to BOTH POC's listed in paragraph 8 of the solicitation by 10:00 AM, 30 March 2018: - Full name (EXACTLY as it appears on the ID) - Birth Date - Social Security Account Number (SSAN) - Two (2) forms of credentialed ID for each employee being utilized for on-site work (both of which must be photo). The following are acceptable: passport, state issued driver's license, state issued photo identification, Social Security card, or Base identification (only if issued from previous contract). - A photocopy of the ID's to be used. One of the forms of identification must have a SSAN on it. 5) List of Attachments: a) Attachment I, Statement of Work b) Attachment II, Picture of Existing Divider 6) The following information shall be filled out when submitting a quote: Company Name: Fax Number: Point of Contact (POC): Address: Telephone Number: Discount Terms: SAM Registered: yes/no Small Business: yes/no DUNS #: CAGE #: Small Disadvantaged Business: yes/no Estimated Period of Performance: Signature/Date of Contractor: 7) Performance Address: 286 Peacekeeper Place Youth Center Building 286 Minot AFB, ND 58705 8) Quotes must be valid through 30 Sep 18. Quotes shall be provided on this form, signed, dated and submitted by 10 April 2018, 2:00 PM CST to both point of contacts listed below. The Offeror is responsible for ensuring the quote is received by the Government by the due date and time specified above. Failure to send quotes to both POCs or verify receipt of the quote may result in not being considered for award. Primary: SSgt William Tucker - william.tucker.22@us.af.mil Alternate: SrA Dakota Asselyn - dakota.asselyn@us.af.mil 9) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, TSgt Joshua Butterbaugh at joshua.butterbaugh@us.af.mil or at 701-723-6369. The following clauses and provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value acquisition in which 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, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed are evaluation factors that shall be used in the evaluation process: Price (End of Provision) The following FAR clauses and provisions are applicable to this acquisition: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-7 System for Awards Management FAR 52.204-9 Personal Identity Verification of Contract Personnel FAR 52.204-13 Systems for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-19 Child Labor FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Reps and Certs FAR 52.232-33 Payment by Electronic Funds Transfer FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference The following DFARS clauses and provisions cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7002 Requirement to inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Work Product DFARS 252.204-7004 Alt A System for Award Management DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7015 Disclosure of information to litigation Support Contractors DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.227-7037 Validation of Restrictive Markings on Technical Date DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payments DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.244-7000 Subcontract for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea The following AFFARS clauses cited are applicable to this solicitation: AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.242-9000 Contractor access to Air Force Installations
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f1934cb21e77154e9e4ab4975d9c30f6)
- Place of Performance
- Address: Minot AFB, Minot AFB, North Dakota, 58705, United States
- Zip Code: 58705
- Zip Code: 58705
- Record
- SN04868383-W 20180329/180327231631-f1934cb21e77154e9e4ab4975d9c30f6 (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 |