Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

J -- Controlled Humidity Protection (CHP) System Repairs - Amendment 1

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge, 7105 NW 70th Avenue, Johnston, Iowa, 50131-1824, United States
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-18-Q-6011
 
Archive Date
9/29/2018
 
Point of Contact
Vicky L. Williams, Phone: 5152524615
 
E-Mail Address
vicky.l.williams10.civ@mail.mil
(vicky.l.williams10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0001 Attachment 1 - Revised PWS This is a combined synopsis/solicitation for commercial services 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. This solicitation, W912LP-18-Q-6011, 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) 2005-100, effective 22 Aug 2018. This is a sole source solicitation. The NAICS code is 811310 and the small business size standard is $7.5 million. The government intends to make a single award, but reserves the right to eliminate CLINs subject to availability of funds. The following commercial services are requested in this solicitation: Contractor shall provide Technical Instruction Services for Cellebrite Training and Certification, in accordance with the attached Performance Work Statement (PWS). Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001, Corrective Repairs of Controlled Humidity Protection (CHP) Systems in accordance with the Performance Work Statement (PWS). Reference Attachment #1. Quantity/Unit of Issue: 1 Job CLIN 0002, Contractor Manpower Reporting (CMR) in accordance with the PWS. Quantity/Unit of Issue: 1 Job CLIN 0003, Corrective Repairs of CHP Systems in accordance with the PWS, Technical Exhibit 4 (LeMars). Quantity/Unit of Issue: 1 Job CLIN 0004, Corrective Repairs of CHP Systems in accordance with the PWS, Technical Exhibit 5 (Sioux City). Quantity/Unit of Issue: 1 Job Quotation price for CLIN 0001, CLIN 0003 and CLIN 0004 shall be firm fixed price (FFP) and inclusive of all parts, materials, equipment, labor, travel, and supervision required to perform the repairs described within the PWS. CLIN 0002 may be priced, or contractor may indicate "Not Separately Priced (NSP)" on the quotation for CMR. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instruction to Offerors - Commercial Items DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.232-18, Availability of Funds FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding of Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information to Litigation Support DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #2, Full Text Provisions and Clauses. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials The following clauses are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Contractors will need to review their SAM registration at www.sam.gov and see the ALERT notice at the top of the Home Screen. If your registration expires within the next 60 days, please start the process of updating your registration now as it may take a minimum of two weeks from receipt of the notarized letter for the update to be processed. Questions regarding this solicitation may be submitted to Ms. Vicky Williams, Contract Specialist, or Mr. Mark Thompson, Contracting Officer, at the email addresses provided below. Questions may be submitted at any time during the solicitation period. Submission Requirements. Quotations may be submitted on company letterhead or quotation form. All quotations shall reference RFQ number W912LP-18-Q-6011, and must include pricing or "NSN" for all CLINs referenced above. Quotations are due at 3:30 p.m. local (central) time on 14 Sep 2018 to USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Ms. Vicky Williams, 7105 NW 70 th Avenue, Bldg. 3475, Johnston, Iowa, 50131-1824. An electronic submission is preferred and may be emailed to vicky.l.williams10.civ@mail.mil. A traceable method is required for quotations that are mailed. Facsimile quotations will not be accepted. The contractor is responsible for ensuring that quotations are received in the USPFO P&C Office by the due date/time. Attachments: #1 - Performance Work Statement #2 - Full Text Provisions and Clauses #3 - Service Contract Labor Standards Wage Determination #4 - J&A for Other than Full and Open Competition
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-18-Q-6011/listing.html)
 
Record
SN05087766-W 20180915/180913231240-b63993d04680119d57596f6f5b08b07e (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  © 1994-2020, Loren Data Corp.