SOLICITATION NOTICE
V -- Strong Bonds May FY18 168th Wing - Statement of Work
- Notice Date
- 5/17/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 168 MSG/MSC, AK ANG, 3127 WABASH AVENUE, SUITE 101, EIELSON AFB, Alaska, 99702-1794, United States
- ZIP Code
- 99702-1794
- Solicitation Number
- W91ZRU-18-Q-6002
- Archive Date
- 6/5/2018
- Point of Contact
- Jeffery Porter, Phone: 9073778742, Martin Khan, Phone: 9073778741
- E-Mail Address
-
jeffery.g.porter2.mil@mail.mil, martin.khan.mil@mail.mil
(jeffery.g.porter2.mil@mail.mil, martin.khan.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Bid schedule SOW COMBINED SYNOPSIS/SOLICITATION 'COMBO': Strong Bonds May FY18 168 th Wing •1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. •2. Solicitation W91ZRU-18-Q-6002 is issued as a Request for Quotation (RFQ). •3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, effective 24 Jan 2018. The DFARS provisions and clauses are those in effect to DPN 20161222, effective 20 Apr 2018. •4. This acquisition is 100% unrestricted/full & open. This combined solicitation is under North American Industry Classification Standards (NAICS) code 721110 not to exceed $32,500,000.00. •5. The government intends to award a firm-fixed price contract for the following: • i. SEE ATTACHED STATEMENT OF WORK (SOW) •6. FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: •a. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. •b. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the Best Value, in accordance with FAR 13.106 (a) (2). •7. Far 52.212-2 Evaluation - Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: •a. The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: • i. Price (attached price sheet must be filled out completely) • ii. Technical capability of the item offered to meet the Government requirement described in the Statement of Work (SOW). •b. Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. •c. This will be a Best Value purchase. "Means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement." •d. A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. •e. (End of Provision) •8. Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications-Commercial Items (Apr 2016), are updated at www.sam.gov. Failure to obtain SAM registration will result in submission not being considered for award. •9. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text. •10. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2016), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition. FAR 52.204-7 System for Award Management Oct 2016 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013 FAR 52.204-16 Commercial and Government Entity Code Reporting Nov 2014 FAR 52.204-18 Commercial and Government Entity Code Maintenance Nov 2014 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation Nov 2015 FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Dec 2014 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post-Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor -- Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Apr 2007 FAR 52.222-36 Affirmative Action for Workers With Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act May 2014 FAR 52.225-3 Alt I Buy American Act--Free Trade Agreements--Israeli Trade Act May 2014 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Oct 2015 FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management Jul 2013 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-3 Protest After Award Aug 1996 DFARS 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating To Compensation Of Former Dod Officials Nov 2011 DFARS 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls Dec 2015 DFARS 252.204-7011 Alternative Line-Item Structure Sep 2011 DFARS 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information Dec 2015 DFARS 252.204-7015 Disclosure Of Information To Litigation Support Contractors May 2016 DFARS 252.223-7008 Prohibition Of Hexavalent Chromium Jun 2013 DFARS 252.225-7001 Buy American And Balance Of Payments Program-- Basic Nov 2014 DFARS 252.225-7002 Qualifying Country Sources As Subcontractors Dec 2012 DFARS 252.225-7048 Export-Controlled Items Jun 2013 DFARS 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Jun 2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013 DFARS 252.232-7010 Levies On Contract Payments Dec 2006 DFARS 252.244-7000 Subcontracts For Commercial Items Jun 2013 DFARS 252.247-7023 Transportation Of Supplies By Sea--Basic Apr 2014 •1. Options- N/A •2. No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. •3. NOTICE TO ALL INTERESTED PARTIES: Questions and Answers: Questions are due via email to MSgt Jeffery Porter ( usaf.ak.168-arw.list.fal-msc-contracting@mail.mil ) NO LATER THAN 4:00 PM Alaska Standard Time on 18 May 2018, answers shall be posted on or about 21 May 2018 at 12:00 PM Alaska Standard Time. Offers: Quotes are due no later than 4:00 PM Alaska Standard Time on 21 May 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-2/W91ZRU-18-Q-6002/listing.html)
- Place of Performance
- Address: Denali AK, Denali, Alaska, 99755, United States
- Zip Code: 99755
- Zip Code: 99755
- Record
- SN04926769-W 20180519/180517231120-602178a847171c3498e93970d5dffc96 (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 |