Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
SOLICITATION NOTICE

69 -- Fast Rope Mezzanine - Questions and Answers - SOW - RFQ

Notice Date
8/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 5 CONS, 165 Missile Avenue, Minot AFB, North Dakota, 58705-5027, United States
 
ZIP Code
58705-5027
 
Solicitation Number
FA4528-18-Q-TR26
 
Archive Date
8/31/2018
 
Point of Contact
Tyler W. Rowell, Phone: 7017236893, Trenton H Beavers, Phone: 7017233480
 
E-Mail Address
Tyler.rowell@us.af.mil, trenton.beavers@us.af.mil
(Tyler.rowell@us.af.mil, trenton.beavers@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote Statement of Work Questions and Answers FA4528-18-Q-TR26 •Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. Noaward will be made under this solicitation until funds are available. TheGovernment reserves the right to cancel this solicitation, either before or after theclosing date. In the event the Government cancels this solicitation, the Governmenthas no obligation to reimburse an offeror for any costs. 1)This is a combined synopsis/solicitation for commercial items prepared in accordancewith the format in the Federal Acquisition Regulation (FAR), subpart 12.6, assupplemented with additional information included in this notice. This announcementconstitutes the only solicitation; this is a Request for Quotation (RFQ) and a writtensolicitation will not be issued.2)The solicitation document and incorporated provisions and clauses are those in effectthrough Federal Acquisition Circular 2005-99 and Defense Publication Notice 20180629.3)The NAICS is 332311, Prefabricated Metal Building and Component Manufacturing. TheSmall Business Size Standard for this NAICS code is 750 Employees. This acquisition isset-aside for Total Small Business.4)Description: A multipurpose steel mezzanine training complex, capable of withstandingsustained use of military simunitions and up to 10 personnel between each level at a time.See attached SOW for schematics and dimensions requested. CLIN Description Qty Price Total 0001 Provide and install a steel LER/Fast rope mezzanine training complex IAW the attached SOW. 1 Each tiny_mce_marker________ tiny_mce_marker________ Total Price tiny_mce_marker________ *Shipping shall be included in the total price -Full name (EXACTLY as it appears on the ID) -Birth Date -Social Security Account Number (SSAN) -Two (2) forms of credentialed ID for each employee being utilized for on-site work (both of which must be photo). The following are acceptable:passport, state issued driver's license, state issued photo identification, SocialSecurity card, or Base identification (only if issued from previous contract). -A photocopy of the ID's to be used. One of the forms of identification musthave a SSAN on it. 5)List of Attachments:a)Attachment I, Statement of Work FA4528-18-Q-TR26 6)The following information shall be filled out when submitting a quote: Company Name: Fax Number: Point of Contact (POC): Address: Telephone Number: Discount Terms: SAM Registered: yes/no Small Business: yes/no DUNS #: CAGE #: Veteran-owned: yes/no Woman-owned: yes/no Estimated Period of Performance: 90 Days after Award Signature/Date of Contractor: 7)Performance Address:91 SSPTS718 Summit Dr.Minot AFB, ND 587058)All questions shall be submitted by 14 August 2018, 10:00 AM CST to both POC's listed below. Questions after this time and date will not be considered.9)Quotes must be valid for 60 days. Quotes shall be provided on this form, signed, dated and submitted by 16 August 2018, 10:00 AM CST to both point of contacts listed below. The Offerer is responsible for ensuring the quote is received by the Government by the due date and time specified above. Failure to send quotes to both POCs or verify receipt of the quote may result in not being considered for award.Primary: A1C Tyler Rowell - tyler.rowell@us.af.milAlternate: A1C Walnerge Ochoa - walnerge.uran_ochoa@us.af.mil10)For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, SSgt Trenton Beavers at trenton.beavers@us.af.mil or at 701-723-3480. The following clauses and provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a)This is a competitive best value acquisition in which the Government will award acontract resulting from this solicitation to the responsible offeror whose offerconforming to the solicitation will be most advantageous to the Government, consideringprice and other factors. The Government intends to make award to the vendor who FA4528-18-Q-TR26 submits the Lowest Price Technically Acceptable. The following listed are evaluation factors that shall be used in the evaluation process: 1.Price 2.Technical Acceptability *All offerors shall submit technical description of the products being offered insufficient detail in addition to the price quote, to evaluate compliance with therequirements in this solicitation. (End of Provision) The following FAR clauses and provisions are applicable to this acquisition: FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-20 Predecessor of Offeror FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems FAR 52.209-11 Representation by Corportation Regarding Delinquint Tax Liability or a Felony Conviction Under any Federal Law FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. *It is advised that offerors include a completed copy of the provision at 52.212-3 with Alternate I, Offeror Representations and Certifications -- Commercial Items, with its offer.FAR 52.212-4 Contract Terms and Conditions - Commercial ItemsFAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.The following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: 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 DebarmentFAR 52.219-6 Notice of Total Small Business Set-AsideFAR 52.222-3 Convict LaborFAR 52.222-19 Child Labor - Cooperation with Authorities and RemediesFAR 52.222-21 Prohibition of Segregated FacilitiesFAR 52.222-26 Equal OpportunityFAR 52.222-36 Equal Opportunity for VeteransFAR 52.222-50 Combating Trafficking in PersonsFAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while DrivingFAR 52.225-3 Buy American - Free Trade Agreements - Israeli Trade ActFAR 52.232-33 Payment by Electronic Funds Transfer - System for Award ManagementFAR 52.222-17 Non-displacement of Qualified WorkersFAR 52.222-41 Service Contract Labor StandardsFAR 52.222-42 Statement of Equivalent Rates for Federal HiresFAR 52.222-55 Minimum Wages Under Executive OrderFAR 52.222-62 Paid Sick Leave Under Executive Order FA4528-18-Q-TR26 FAR 52.232-40 Providing Accelerated Payments to Small Business subcontractors The following DFARS clauses and provisions cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7002 Requirement to inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Work Product DFARS 252.204-7015 Disclosure of information to litigation Support Contractors DFARS 252.232-7003 Electronic Submission of Payments DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments The following AFFARS clauses cited are applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.242-9000 Contractor access to Air Force Installations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3ebbf3c5ebe2a54082222594cffb6757)
 
Place of Performance
Address: 91 SSPTS 718 Summit Dr., Minot AfFB, North Dakota, 58705, United States
Zip Code: 58705
 
Record
SN05032438-W 20180812/180810231253-3ebbf3c5ebe2a54082222594cffb6757 (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.