Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
MODIFICATION

58 -- 640th RTI Conference Room AV Upgrade at Camp Williams, UT

Notice Date
8/6/2018
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
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
W911YP18R0021
 
Point of Contact
William T. Brown, Phone: 8014324273, Dallas Ray Workman, Phone: 8014324607
 
E-Mail Address
william.t.brown68.civ@mail.mil, dallas.r.workman.civ@mail.mil
(william.t.brown68.civ@mail.mil, dallas.r.workman.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION: W911YP18R0021 AGENCY/OFFICE: Utah National Guard/USPFO DELIVERY & INSTALLATION LOCATION: Utah Army National Guard / 640th RTI 17800 South Camp Williams Rd, Bluffdale, UT 84065 SUBJECT: 640th RTI Conference Room AV Upgrade at Camp Williams, UT RESPONSE DUE DATE: 12:00 PM MST 20 August 2018 CONTRACTING POC: William (Billy) T. Brown IIIEmail: William.t.brown68.civ@mail.milPhone: 8014324273 DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE. ONLY QUOTES FROM SMALL BUSINESSES WILL BE ACCEPTED***** The Utah National Guard is soliciting a requirement for Audio Visual upgrades under combined synopsis/solicitation W911YP18R0021 and is being issued for Request for Quotations (RFQ). This requirement is being solicited as a Total Small Business set-aside under NAICS code 334310 "Audio & Video Equipment Manufacturing" which has a Small Business Size Standard of 750 employees (www.sba.gov). FOR VENDOR'S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. Delivery and installation shall be NLT 180 days ARO. This award should be able to be filled by a single vendor. This requirement calls for the purchase, delivery, and installation of audio visual equipment for the 640th RTI Conference Room at Camp Williams, UT. Please see the attached pdf document for the full description and specifications of this requirement. ***** Site visit for interested vendors will be Thursday, August 2, 2018 at 11:00am at the 640th RTI building Camp Williams, UT. The site visit will last approximately 1 hour. Attendance to the site visit is not required but highly recommended. Findings, questions, and answers from the site visit will be posted here on this solicitation. ***** FAR REGULATION: All offerors are notified this information because this solicitation is a small business set-aside and is subject to Federal Acquisition Regulation (FAR) 19.102(f) (the "Non-Manufacturer Rule). FAR 19.102 (f) states that "a small business primer contractor who is not manufacturing the supplies to be purchased by this solicitation must furnish items of a small business manufacturer who produces the items in the United States or its outlying territories". This solicitation is also subject to FAR Clause 52.219-14, "Limitations on Subcontracting". FAR Clause 52.219-14 states that "any small business prime contractor who is a manufacturer of the supplies must perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials." CONTRACT TYPE / EVALUATION CRITERIA: The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on Best Value Tradeoffs. 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: technical, past performance, and price, in that order of importance. Technical will be rated more important than price. For quotes to be considered technically acceptable, vendors must be able to demonstrate delivery and installation within 180 days ARO. SAM REGISTRATION: All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information. IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. QUOTES: Please provide your quote submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than 12:00 pm (Mountain) 20 August 2018. All submissions should be sent via email to: william.t.brown68.civ@mail.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. CLAUSES: The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.204-7 - Central Contractor Registration FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act 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 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. 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 full text available. Also, the full text of a clause may be accessed electronically at: HTTP://FARSITE.HILL.AF.MIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W911YP18R0021/listing.html)
 
Place of Performance
Address: 17800 Camp Williams Rd, Bluffdale, Utah, 84065, United States
Zip Code: 84065
 
Record
SN05022614-W 20180808/180806231217-58c0c517f10af95ac68921316c29cbc2 (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.