Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
SOLICITATION NOTICE

Z -- INSTALL FORCE PROTECTION MEASURES - SOW and Drawings

Notice Date
8/15/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 118 MSG/MSC, TN ANG, 240 KNAPP BOULEVARD, NASHVILLE, Tennessee, 37217-2538, United States
 
ZIP Code
37217-2538
 
Solicitation Number
W912L7-18-Q-5019
 
Archive Date
9/29/2018
 
Point of Contact
Gregory M Allen, Phone: 6156608890
 
E-Mail Address
gregory.m.allen10.mil@mail.mil
(gregory.m.allen10.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawings and Specifications Statement of Work I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. This is a Total Small Business Set Aside (FAR 52.219-6). The NAICS code is 238990 and the small business size standard of $15,000,000.00. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. II) Solicitation number W912L7-18-Q-5019 is hereby issued as a Request for Quote. III) Item Description: The 118th Wing intends to award a contract to furnishing all labor, equipment, and materials to install 15 Bollards, 4 Gates and 5 Bollard storage racks. The work location is the 118th Wing, Nashville, Tennessee. See Statement of Work and drawings. a. CLIN 0001- INSTALL FORCE PROTECTION MEASURES b. CLIN 0002- CMRA FEE IV) Place of Performance will be from the below: Tennessee Air National Guard 240 Knapp Blvd Nashville, Tennessee 37217 V) Period of Performance: 90 calendar days VI) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. VII) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in System for Award Management (https://www.sam.gov ) as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov VIII) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at http://orca.bpn.gov. IX) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. X) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. XI) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil: 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.203-13 Contractor Code of Business Ethics and Conduct APR 2010 52.204-2 Alt I Security Requirements (Aug 1996) - Alternate I APR 1984 52.204-3 Taxpayer Identification OCT 1998 52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.216-24 Limitation Of Government Liability APR 1984 52.219-14 Limitations On Subcontracting NOV 2011 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2014 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-50 Combating Trafficking in Persons FEB 2009 52.222-54 Employment Eligibility Verification AUG 2013 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. DEC 2012 52.232-1 Payments APR 1984 52.232-18 Availability Of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-37 Multiple Payment Arrangements MAY 1999 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-3 Continuity Of Services JAN 1991 52.237-7 Indemnification and Medical Liability Insurance JAN 1997 52.243-1 Changes--Fixed Price AUG 1987 52.244-6 Subcontracts for Commercial Items DEC 2013 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.247-2, Permits, Authorities, or Franchises JAN 1997 52.247-5, Familiarization with Conditions APR 1984 52.247-6, Financial Statement Apr 1984 52.247-12, Supervision, Labor, or Materials Apr 1984 52.247-13, Accessorial Services Apr 1984 52.247-14, Contractor Responsibility for Receipt of Shipment Apr 1984 52.247-15, Contractor Responsibility for Loading and Unloading Apr 1984 52.247-21, Contractor Liability for Personal Injury and/or Property Damage Apr 1984 52.247-22, Contractor Liability for Loss of and/or Damage to Freight other than Household Goods Apr 1984 52.247-34 F.O.B. Destination NOV 1991 52.252-6 Authorized Deviations In Clauses APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense- Contract-Related Felonies DEC 2008 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7000 Disclosure Of Information AUG 2013 252.209-7993 (Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (Deviation) FEB 2014 252.219-7011 Notification to Delay Performance JUN 1998 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements DEC 2010 252.223-7004 Drug Free Work Force SEP 1988 252.225-7001 Buy American And Balance Of Payments Program DEC 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.249-7002 Notification of Anticipated Contract Termination or Reduction OCT 2010 XII) Questions: Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than Friday, 10 September 2018, 10:00am CST. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System for Award Management (https://www.sam.gov ) XIII) Site Visit: A site visit may be requested and scheduled by contacting the Contracting Officer Gregory.m.allen10.mil@mail.mil Monday through Friday between the hours of 8:00am CST and 3:00pm CST no later than 7 September 2018, 10:00am CST. XIV) Quotes: Quotes sheets are due in this office no later than Friday, 14 September 2018, 10:00 a.m. CST. Email quote to Gregory.m.allen10.mil@mail.mil. Point of Contact referencing this solicitation is Greg Allen (615)660-8890. Offers will be evaluated using the evaluation criteria outlined in FAR 13. The award will be made to the vendor whose quote is lowest price technically acceptable. Please provide Dun and Bradstreet number, tax identification number and CAGE code; vendor's Offeror Representations and Certifications will be completed in ORCA at https://orca.bpn.gov/. See attached quote sheet. Solicitation and award will be in accordance with Wage Determination based on Davidson County, Tennessee.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-3/W912L7-18-Q-5019 /listing.html)
 
Place of Performance
Address: 240 Knapp Blvd, Nashville, Tennessee, 37217, United States
Zip Code: 37217
 
Record
SN05039431-W 20180817/180815231634-a37a822a822ef8e88e7601944c388faf (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.