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
SPECIAL NOTICE

89 -- INTENT TO AWARD HEATERMEALS

Notice Date
7/20/2018
 
Notice Type
Special Notice
 
NAICS
424490 — Other Grocery and Related Products Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for California, 10620 Mather Boulevard, Mather, California, 95655-4125, United States
 
ZIP Code
95655-4125
 
Solicitation Number
W912LA18T0072
 
Archive Date
8/14/2018
 
Point of Contact
Stella H Davis, Phone: 8052388607
 
E-Mail Address
stella.h.davis.civ@mail.mil
(stella.h.davis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation W912LA-18-T-0072 is issued as an Intent to Award. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, effective 15 & 16 JUN 2018. This procurement is unrestricted. The NAICS code for this acquisition is 424490. The small business size standard for this NAICS code is 250 employees. The Government intends to award a contract to Luxfer Magtech, Inc., Cincinnati, OH for Heatermeals. Luxfer Magtech, Inc. is considered a sole source for project as they are the manufacturer. The following FAR provisions/clauses are incorporated: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-16, Commercial and Government Entity Code Reporting; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.222-36, Equal Opportunity for Workers with Disablities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-25, Prompt Payment; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; and 52.252-2; Clauses incorporated by Reference. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items apply to this acquisition and must be fully completed and submitted with offer; and 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition. The following DFARS clauses are incorporated: 252.203-7002 ALT A, Requirement to Inform Employees of Whistleblower Rights (ALT A); 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.225-7000, Buy American - Balance of Payments Program Certificate; 252.225-7031, Secondary Arab Boycott of Israel; 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7010, Levies on Contract Payments are also applicable to this acquisition. 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.247-7023 ALT III, Transportation of Supplies by Sea; and 52.247-7024, Notification of Transportation of Supplies by Sea. Simplified Acquisition Procedures will be utilized. Interested parties may identify their interest and capability to respond to the requirement, in writing, no later than 30 July 2018 by 11:00 A.M. at USPFO for California, Contracting Office, 903 Industrial Way, Camp Roberts, CA 93451. Written responses to this notice shall contain sufficient documentation to establish a bona fide capability to fulfill the requirement and shall reference this Notice of Intent to the above address, email or fax requests to (805) 238-8607, ATTN: Stella Davis. A determination by the Government not to complete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA18T0072/listing.html)
 
Record
SN05000959-W 20180722/180720230839-acec7c4dfd5c38af5a0ae54f804be792 (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.