Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

58 -- Antenna Repair and Maintenance

Notice Date
7/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W81A9P81290101
 
Archive Date
8/7/2018
 
Point of Contact
Dallas Ray Workman, Phone: 8014324607, Mr. Otha B Henderson, Phone: 8014324093
 
E-Mail Address
dallas.r.workman.civ@mail.mil, otha.b.henderson.mil@mail.mil
(dallas.r.workman.civ@mail.mil, otha.b.henderson.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Utah National Guard has a requirement that will be filled under combined synopsis/solicitation W81A9P81290101 And is being issued as a Request for Quotation (RFQ). This procurement is being solicited under NAICS code 811213. Descriptions of the Code being used. Which has a small business size standard of 11M annual revenue. This requirement will be fulfilled under one firm-fixed price contract and be filled by a single vendor. The government is soliciting the services of vendors that can provide repair of the LOG Periodical Antenna to functionality and restore the means of High Frequency (HF) communications to National Guard Bureau (NGB) and Utah National Guard (UTNG) Armories across the State of Utah. CONTRACT TYPE/EVALUATION FACTORS: The Contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on Best Value tradeoff. A best Value quote is one that meets all the technical aspects of this requirement while providing the best value to the government, IAW FAR 15.101-1. Tradeoff factors that will be considered include: Capabilities to complete all items described in the attached Statement of Work (SOW), ability to start and complete the work as soon as possible. Provide an estimated time to begin work and an estimated time line to complete the project. Provide a projected, itemized cost list of the project as a whole. SAM REGISTRATION: All businesses and corporations that are interested in providing this service and conducting business with the Federal Government of the United States must be registered and active in the System for Acquisition Management (SAM). Current Wide Area Work Flow (WAWF) / iRAPT registration must be in effect as well in orders to submit your invoice and receive direct deposit payment. In addition to providing a complete quote with pricing of materials and labor the vendor must include their Cage Code, DUNS no., tax I.D no. (TIN) and point of contact (POC) information. IAW FAR 52.204.7 and DFARS 252.204-7004 Alt A, all prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award. The SAM website is http://www.sam.gov/start.aspx to register or verify that your registration is current. SUBMITTING QUOTES: Please provide your quote submission to the United States Property and Fiscal Office Purchasing and Contracting Office (USPFO-P&C) or submit it to the Federal Business Opportunities (FBO) web site no later than 2:00 PM MST on 18 July, 2018. If submitting to the USPFO-P&C submit them via email to dallas.r.workman.civ@mail.mil. If you have any questions about this requirement please submit them to myself Dallas Workman at the email above. PROVISIONS AND CLAUSES: FAR 52.203-3 - Gratuities FAR 52.203-6 ALT I - Restrictions on Subcontractor Sales to the Government FAR 52.204-2 ALT II - Security Requirements FAR 52.204-4 - Printed or Copied - Double Sided on Post-Consumer Fiber Content paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-9 - Personal Identity Verification of Contractor Personnel FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instructions to Offerors--Commercial Items FAR 52.212-2 - Evaluation --Commercial Items FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items, with Alternate I 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. FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitation on Subcontracting FAR 52.219-27 - Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) FAR 52.219-28 - Post Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-37 - Employment Reports on Veterans FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-41 - Service Contract Act FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-44 - Fair Labor Standards Act and Service Contract Act - Price Adjustment FAR 52.222-50 - Combating Trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.223-3 - Hazardous Material Identification and Material Safety Data FAR 52.223-5 - Pollution Prevention and Right-to-know Information FAR 52.228-5 - Insurance - Work on a Government Installation FAR 52.233-2 - Service of Protest FAR 52.237-2 - Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2 - Clauses Incorporated by Reference DFARS 252.201-7000 - Contracting Officer's Representative DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7004 - Central Contractor Registration, Alternate A DFARS 252.204-7005 - Oral Attestation of Security Responsibilities DFARS 252.209-7001 - Disclosure of Ownership or Control by a Government of a Terrorist Country DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items This solicitation has changed the response by date to 2:00 PM on 23 July, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W81A9P81290101/listing.html)
 
Place of Performance
Address: 17800 So Camp William (Redwood Road), Bluffdale, Utah, 84065, United States
Zip Code: 84065
 
Record
SN04986404-W 20180713/180711230808-f143d3ed1bce7179dacce0b4ab59fe15 (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  © 1994-2020, Loren Data Corp.