Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2018 FBO #6109
SOLICITATION NOTICE

J -- Installation of Variable Frequency Drive - Wage Determination - Base Access Request - Provisions & Clauses - Performance Work Statement

Notice Date
8/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of the Army, National Guard Bureau, 102 MSG/MSC, MA ANG, 158 REILLY STREET, RM 228, BOX 8, OTIS ANG BASE, Massachusetts, 02542-5028, United States
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV-18-Q-6013
 
Archive Date
9/4/2018
 
Point of Contact
Kirk B. Wetherbee, Phone: 5089684977, Kerry A. Wells, Phone: 5089684978
 
E-Mail Address
kirk.b.wetherbee.mil@mail.mil, kerry.a.wells2.civ@mail.mil
(kirk.b.wetherbee.mil@mail.mil, kerry.a.wells2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS Attachment 1 Performance Work Statement (PWS) Provisions & Clauses Base Access Request Wage Determination This is a combined synopsis/solicitation for commercial items 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; offers are being requested and a written solicitation will not be issued. The solicitation number assigned to this announcement is W912SV-18-Q-6013. This solicitation is issued as 100% Total Small Business Set-Aside; the associated North American Industry Classification System (NAICS) code is 221310 and size standard is $27.5 Million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-99 effective 16 Jul 2018 and DFARS Publication Notice 20180629 effective 29 Jun 2018. 1. Services non-personal. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform the following: LINE ITEM 0001: J-Well Variable Frequency Drive replacement in accordance with Performance Work Statement (PWS). QUANTITY: 1 EA LINE ITEM 0002: Contractor Manpower Reporting (CMR) in accordance with PWS. QUANTITY: 1 EA //END LINE ITEMS// 2. EVALUATION FACTORS: This requirement is intended to be awarded as a single, firm-fixed price utilizing procedures in FAR Part 13, Simplified Acquisition Procedures. The contract will be made on the basis of best value to the Government, pricing information and other factors considered. Selection will be based on the following evaluation factors (FAR 52.212-2): (1) Price, and (2) Past Performance. Evaluation factors will be weighed equal. a. Each offeror shall submit the following: Best and final price as this requirement will be awarded without discussions, and Past Performance Information on at least three (3) contracts performed within the last five (5) years for services comparable to the government's requirement, and. Offerors are authorized to provide information on problems encountered on the referenced (identified) requirements to include corrective actions taken by the offeror as remedy. Offerors are cautioned that the Government will use data provided by each offeror in the evaluation of past performance. The information must include: i. Contract Number ii. Company Name and Address iii. Company Point of Contact, including phone number and/or email address iv. Type of service performed v. Estimated Contract Value 3. ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. 4. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached provisions and clauses document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. Provisions and clauses applicable to this requirement can be viewed on attachment "A07_Provisions & Clauses." 5. SUBMITTAL REQUIREMENTS: In addition to submitting your quote and past performance information, please include the following: Company Name, Address, Point of Contract information, Cage Code, DUNS Number, Federal Tax ID, Business size, and Payment Terms. 6. SITE VISIT: A site visit is scheduled at Otis ANGB, MA for Wednesday, 15 August 2018 at 1000 EST (10:00AM EST). Please fill out the attached access form (A07 JBCC Base Access) with the names that require access. Return a copy to kirk.b.wetherbee.mil@mail.mil by Tuesday, 14 August 2018 for processing. a. In accordance with FAR 52.237-1 (Site Visit), offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 7. Quotes (to include Submittal Requirements mentioned above) must be submitted via email no later than (NLT) the date and time specified to kirk.b.wetherbee.mil@mail.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and is submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to kirk.b.wetherbee.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-18-Q-6013/listing.html)
 
Place of Performance
Address: 102d Intelligence Wing, Otis ANGB, Massachusetts, 02542, United States
Zip Code: 02542
 
Record
SN05034774-W 20180815/180813231528-9a25c440ff3afa7163cc887cb302c4e0 (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.