Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2018 FBO #6075
MODIFICATION

Z -- Lead Reclamation Service

Notice Date
7/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, National Guard Bureau, 185 MSG/MSC, IA ANG, 2920 HEADQUARTERS AVE., SIOUX CITY, Iowa, 51110-1396, United States
 
ZIP Code
51110-1396
 
Solicitation Number
W912LP-18-Q-7205
 
Archive Date
8/8/2018
 
Point of Contact
Allison N. Harbit, Phone: 7122330514, Mark A. Crombie, Phone: 17122330513
 
E-Mail Address
allison.n.harbit.mil@mail.mil, mark.a.crombie4.mil@mail.mil
(allison.n.harbit.mil@mail.mil, mark.a.crombie4.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation, W912LP-18-Q-7205, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98, effective 31 May 2018. This procurement is set aside 100% for small business. The NAICS code is 562910 and the small business size standard is $20.5 Million. Basis for award is low price that meets the minimum requirements. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial item is requested in this solicitation: -0001: Lead Reclamation Service in accordance with attached Performance Work Statement (PWS), wages must be in accordance with WD 96-0224 for Woodbury County, IA/Midwest Region. Quantity: 1 JOB. -0002: Contractor Manpower Reporting (CMR) Requirements (see instructions below) Quantity: 1 JOB CMR INSTRUCTIONS: "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Army collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at http://www.ecmra.mil/." The following is applicable to this acquisition: The Department of Defense Activity Address Code (DODAAC) is W912 The Unit Identification Code (UIC) for the requiring activity is F8Z3CE *A site visit can be scheduled upon request, but not required. Submission Requirements: • Vendors must submit company information with their quote to include: Point of Contact (POC), POC phone number, POC email address, company CAGE Code, company DUNS number, and company tax identification number. • Vendors must submit the Representations and Certifications from Attachment #1, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. • Vendors must complete the representations contained in FAR 52.209-1, Attachment #2 (Tax Liability), and return as an attachment to your quotation, only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. • Vendors must have active registration in System for Award Management (SAM) to be eligible for contract award. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instructions to Offerors - Commercial DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7011, Alternative Line Item Structure The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors 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 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses. DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I The following clauses are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions The following clauses are incorporated by full text. The full text is found in Attachment #2 (Tax Liability). FAR 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. Proposals are due at 2:00 PM Central on Tuesday, 24 July 2018, at 185ARW/MSC, ATTN: MSgt Allison Harbit, 2920 Headquarters Avenue, Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, e-mail to allison.n.harbit.mil@mail.mil, or FAX to (712) 233-0576. Questions regarding this solicitation may be directed to MSgt Allison Harbit, (712) 233-0512, allison.n.harbit.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13-2/W912LP-18-Q-7205/listing.html)
 
Place of Performance
Address: 185th ARW, 2920 Headquarters Ave, Sioux City, Iowa, 51111, United States
Zip Code: 51111
 
Record
SN04984707-W 20180712/180710230947-a6dc147be3573829ffd1b6914fb14872 (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.