Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOLICITATION NOTICE

Z -- FIRE ALARM PANEL REPLACEMENT - SOLICITATION

Notice Date
8/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Delaware, Grier Building, 1161 River Road, New Castle, Delaware, 19720-5199, United States
 
ZIP Code
19720-5199
 
Solicitation Number
W912L5-18-Q-5020
 
Point of Contact
David Mears, Phone: 3023267345, AMY KLINE, Phone: 3023267365
 
E-Mail Address
david.w.mears.mil@mail.mil, AMY.L.KLINE.MIL@MAIL.MIL
(david.w.mears.mil@mail.mil, AMY.L.KLINE.MIL@MAIL.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Combo BEST VALUE PWS This is a combined synopsis/solicitation for commercial prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number assigned to this action is W912L5-18-Q-5020. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720. The applicable North American Industry Classification System (NAICS) code is 238210. Electrical Contractors and Other Wiring Installation Contractors with a size standard of $15 million. This acquisition is currently being set aside for a small business, however, in the event there are not enough responses from responsible, capable small businesses, and then large business responses will be considered. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-99 and DPN 20180629. Award will be made based on overall best value to the government. The selected vendor shall provide all materials, labor, transportation, installation and technical expertise necessary to complete this award. An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable. The Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. The descriptions of the commercial items are: REMOVE AND REPLACE THE EXISTING EDWARDS IRC-3 FIRE DETECTION PANEL IN BUILDING 2602 WITH A NEW MONACO FIRE DETECTION CONTROL PANEL. (See PWS) Date: The above service will be performed on the following dates; TBD Place of delivery: Delaware Air National Guard, New Castle, DE 19720-1615 from 7am to 4:30 pm, Monday thru Friday. Acceptance: Made by the government. SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, CAGE CODE, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing Proposal should be submitted under company letterhead, with DUNS number, FTID, Company Name, Address and POC included. The Contracting Officer will evaluate equal products and services on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. VENDOR CERTIFICATIONS: Prior to award, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov. The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of current registration in the SAM database will make an offeror ineligible for award. In order to facilitate an accurate proposal for this project, a tour of the jobsite will be conducted on 16 AUGUST 2018 at 9:00AM EST. This will be the only scheduled visit of the jobsite and attendance is highly recommended prior to submitting a proposal for this project and before the RFP close date of 22 AUGUST 2018 at 12:00PM EST. Please e-mail, david.w.mears.mil@mail.mil or kelly.l.hess3.civ@mail.mil, a list of all personnel attending at least 24 hours in advance. Submit all offers in response to this synopsis/solicitation to FedBizOpps (FBO). Questions or inquiries received by telephone will not be addressed. Offers received after 12:00PM Eastern on the required date of submission, 22 AUGUST 2018; may not be considered unless determined to be in the best interest of the government. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil. This contract is subject to the Service Contract Act of 1965. The applicable wage determination in effect at the time of award will be incorporated into the subsequent contract. Current rates can be found at the following site: www.dol.gov The following provisions are included for the purposes of this combined synopsis/solicitation: 52.204-16 Commercial and Government Entity Code Reporting; 52.204-22 Alternative Line Item Proposal; 52.212-1 Instructions to Offerors -Commercial Items; 52.237-1 Site Visit; 52.212-2 Evaluation-Commercial Items: Evaluation will be in accordance with FAR 13.106-1 and is based on Best Value to the Government with Price, Technical Acceptability, and Performance History. Evaluation factors other than cost or price, when combined, are approximately equal to cost or price; 52.212-3 Offeror Representations and Certifications - Commercial Items ALT I; 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation); 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011 Alternative Line Item Structure; 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information retrieval System; 252.225-7031 Secondary Arab Boycott of Israel; The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First Tier Subcontracts; 52.204-18 Commercial and Government Entity Code Maintenance; 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; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev,); 52.219-6 Total Small Business Set Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.221-41 Service Contract Labor Standards; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-50 Combating Trafficking in Persons; 52.222-55 Minimum Wages Under Executive order 13658; 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-5 Pollution Prevention and Right to Know Information; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.252-2 Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses; 252.203-7000 Requirements relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.211-7003 Item Unique Identification and Valuation; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.244-7000 Subcontracts for Commercial Items; 252.247-7023 Transportation of Supplies by Sea;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA07/W912L5-18-Q-5020/listing.html)
 
Place of Performance
Address: Delaware Air National Guard (DANG) Base, NEW CASTLE, Delaware, 19720, United States
Zip Code: 19720
 
Record
SN05024961-W 20180809/180807231605-e908c1a75f784f3a274dcbc2a46f0c45 (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.