Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOLICITATION NOTICE

J -- Repair Fire Protection Systems - Statement of Work

Notice Date
7/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, National Guard Bureau, 130 MSG/MSC, WV ANG, 1679 COONSKIN DRIVE, UNIT 36, CHARLESTON, West Virginia, 25311-5010, United States
 
ZIP Code
25311-5010
 
Solicitation Number
W912L818T0015
 
Archive Date
9/4/2018
 
Point of Contact
Carter Stanton Coleman, Phone: 3043416629, Heather Kitay, Phone: 3046165231
 
E-Mail Address
carter.s.coleman.mil@mail.mil, heather.l.kitay.mil@mail.mil
(carter.s.coleman.mil@mail.mil, heather.l.kitay.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Paper copy of COMBO Statement of Work This is a COMBINED SYNOPSIS/SOLICITATION for the REPAIR FIRE ALARM SYSTEM BASE-WIDE in support of the West Virginia Air National Guard - 167 th AW. This announcement is prepared in accordance with the format in FAR Subpart 12.6, and Part 13 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quotes (RFQ); solicitation number W912L8-18-T-0015. All Responsible sources may submit a quote which shall be considered by the agency. The Government intends to award one (1) contract as a result of this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. The associated North American Industrial Classification System (NAICS) code for this requirement is 561621 with a size standard of $20.5M. The proposed acquisition is restricted as a total small business set-aside. TYPE OF CONTRACT : The Government intends to award a single Firm Fixed Price (FFP) type contract as a result of this solicitation. The Government reserves the right and may award based solely on information contained in the quote and is not obligated to seek completion or clarification of any of all of the evaluation factors if the original quote is unclear. All quotes submitted shall be the Contractor's Best Quote as it is in the Government's intent to entertain one (1) final quote only. All FAR Representation and Certifications in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items shall be submitted through System for Award Management (SAM) at https://www.sam.gov A site visit will be conducted at the 167th AW on 2 August 2018 at 9:00 AM Eastern Standard Time (EST). Please report to Bldg. 119 Base Civil Engineering Conference Room for the site visit. In accordance with FAR 52.237-1, failure to inspect the site does not constitute grounds for a claim after contract award. Please complete the attached background check documentation as soon as possible if interested in attending. Background checks, as well as a front and back copy of a driver's license must be sent to the Security Forces Squadron, natalie.d.clower.nfg@mail.mil All questions concerning this procurement, either technical or contractual must be submitted in writing, via email, to the Contract Specialist before 4:00 PM Eastern Standard Time on 7 August 2018. Answers will be provided no later than (NLT) 4:00 PM Eastern Standard Time on 10 August 2018, via solicitation/RFQ amendment. Questions shall be sent by email to the following points: SrA Carter Coleman Contract Specialist (304) 616-5412 Carter.S.Coleman.mil@mail.mil 2d LT Heather L. Kitay Contract Specialist (304) 616-5231 Heather.L.Kitay.mil@mail.mil Quotes must be received no later than (NLT) 2:00 PM Eastern Standard Time (EST) on 20 August 2018. Quotes received after this time frame shall not be considered for award. The prospective vendor must be registered with the System for Award Management (SAM) - website http://www.sam.gov to be considered for award. The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Quotes shall be emailed to: SrA Carter Coleman Contract Specialist (304) 616-5412 Carter.S.Coleman.mil@mail.mil 2d LT Heather L. Kitay Contract Specialist (304) 616-5231 Heather.L.Kitay.mil@mail.mil Section B - Supplies or Services ITEM NO. SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 BLDG 118 IAW the Statement of Work 1 Job ___________ __________ 0002 BLDG 104 IAW the Statement of Work 1 Job ___________ __________ 0003 BLDG 119 IAW the Statement of Work 1 Job ___________ __________ 0004 BLDG 120 IAW the Statement of Work 1 Job ___________ ___________ 0005 BLDG 125 OPTION 1 IAW the Statement of Work 1 Job ___________ ___________ 0006 BLDG 130 OPTION 2 IAW the Statement of Work 1 Job ___________ ___________ 0007 BLDG 134 OPTION 3 IAW the Statement of Work 1 Job ___________ ___________ 0008 BLDG 136 OPTION 4 IAW the Statement of Work 1 Job ___________ ___________ 0009 BLDG 136 Convert to Wet Pipe OPTION 5 IAW the Statement of Work 1 Job ___________ ___________ 0010 BLDG 137 & BLDG 142 OPTION 6 IAW the Statement of Work 1 Job ___________ ___________ 0011 BLDG 140 OPTION 7 IAW the Statement of Work 1 Job ___________ ___________ 0012 BLDG 144 & BLDG 304 OPTION 8 IAW the Statement of Work 1 Job ___________ ___________ 0013 Repair Fire Pump over Pressure OPTION 9 IAW the Statement of Work 1 Job ___________ ___________ 0014 Repair High Pressure Loop System OPTION 10 IAW the Statement of Work 1 Job ___________ ___________ Section C - Descriptions and Specifications See attached Statement of Work entitled, SOW - Repair Fire Protection Systems. Quote submission shall be in accordance with this solicitation along with its attachments. INSPECTION AND ACCEPTANCE POINTS: Supplies/Services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 0010 Destination Government Destination Government 0011 Destination Government Destination Government 0012 Destination Government Destination Government 0013 Destination Government Destination Government 0014 Destination Government Destination Government PLACE OF PERFORMANCE 167 th Airlift Wing 222 Sabre Jet Blvd. Martinsburg, WV 25405-7704 CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Nov 2013 FAR 52.203-5 Covenant Against Contingent Fees May 2014 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Sept 2006 FAR 52.203-7 Anti-Kickback Procedures May 2014 FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights Apr 2014 FAR 52.204-7 System for Award Management Jul 2013 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2015 FAR 52.204-13 System for Award Management Maintenance Jul 2013 FAR 52.204-16 Commercial and Government Entity Code Reporting Jul 2015 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Jul 2015 FAR 52.212-1 Instructions to Offerors Commercial Items Apr 2014 FAR 52.212-4 Contract Terms and Conditions Commercial Items May 2015 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items May 2015 FAR 52.219-6 Notice of Total Small Business Set-Aside Feb 2012 FAR 52.219-28 Post-Award Small Business Program Rerepresenation Oct 2014 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Apr 2015 FAR 52.222-36 Affirmative Action for Workers with Disabilities Jun 2014 FAR 52.222-41 Service Contract Labor Standards May 2014 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires May 2014 FAR 52.222-50 Combating Trafficking in Persons Jul 2014 FAR 52.222-55 Minimum Wages Under Executive Order 13658 Dec 2014 FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts Sept 2013 FAR 52-223-5 Pollution Prevention and Right-to-Know Information May 2011 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Mar 2015 FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management Jul 2013 Jul 201 FAR 52.233-3 Protest After Award Feb 1998 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.237-1 Site Visit Oct 1995 FAR 52.237-2 Protecting of Government Buildings, Equipment, and Vegetation Oct 1995 FAR 52.247-34 F.O.B. Destination Nov 1991 FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price) Apr 2012 FAR 52.249-8 Default (Fixed-Price Supply & Services) Apr 1984 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Nov 2013 DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2015 DFARS 252.203-7005 DFARS 252.204-7000 Representation Relating to Compensation of Former DoD Officials Disclosure of Information Nov 2011 Aug 2013 DFARS 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials Sept 2014 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel Jun 2013 CLAUSES INCORPORATED BY FULL TEXT 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 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 Lowest Price Technically Acceptable, price and other factors considered. Quotes other than the lowest price will only be evaluated if the lowest priced quote is found technically unacceptable. The following factors shall be used to evaluate offers: PRICE AND PAST PERFORMANCE •(1) Price - All line items will be reviewed for price reasonableness. •(2) Past Performance - Contractor must have no Termination for Default or Termination for Cause recorded in FAPIIS within the past five (5) years. Competing offerors' past performance history will be evaluated on a basis equal to price considerations. (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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA46-1/W912L818T0015/listing.html)
 
Place of Performance
Address: 167th Airlift Wing, 222 Sabre Jet Blvd., Martinsburg, West Virginia, 25405-7704, United States
Zip Code: 25405-7704
 
Record
SN05000884-W 20180722/180720230822-780ac77ea47b40466f8aa1f56cbed239 (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.