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
SOLICITATION NOTICE

29 -- Mobile Jump Start System - Combined Synopsis Solicitation for Mobile Jump Start System - Mobile Jump Start System Salient Features - A07 RFQ Mobile Jump Start System Bid Schedule

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336320 — Motor Vehicle Electrical and Electronic Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 104 MSG/MSC, MA ANG, BARNES ANG BASE, 175 FALCON DRIVE, WESTFIELD, Massachusetts, 01085-1385, United States
 
ZIP Code
01085-1385
 
Solicitation Number
W912SV18Q5022
 
Archive Date
10/9/2018
 
Point of Contact
Freeman Knowlton, Phone: 4135642796, Kyle Kiepke, Phone: 413-572-1593
 
E-Mail Address
freeman.b.knowlton.mil@mail.mil, kyle.d.kiepke.mil@mail.mil
(freeman.b.knowlton.mil@mail.mil, kyle.d.kiepke.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
A07 RFQ Mobile Jump Start System Bid Schedule Mobile Jump Start System Salient Features Combined Synopsis Solicitation for Mobile Jump Start System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W912SV-18-Q-5022 is being issued as a Request for Quotation (RFQ) for Mobile Jump Start System at the 104th Fighter Wing. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98, Effective 01 May 2018 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20180629. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is 100% small business set aside and restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) 336320; Small Business Size Standard of 1,000 employees. This is a firm fixed price requirements type contract for non-personal services. Award will be made to the vendor with the Lowest Priced Technically Acceptable (LPTA) quote. Technical acceptability is based on the salient features listed in the attached document labeled "Mobile Jump Start System Salient Features". Quotes must be submitted and received no later than Monday, September 24, 2018 at 1400 hours (2:00 pm) EST via email to usaf.ma.104-fw.list.fal-msc-contracting@mail.mil. Please include the solicitation number in the subject line of your message. Telephone quotes will not be accepted. Please use the attached Bid Schedule when submitting your quotes. Quotes shall reflect the following line items: CLIN 0001 : Mobile Jump Start Generator, Vanair Cap Start 3000 + Air OR EQUAL w/ 10' remote connection harness. CLIN 0002 : 11-13 Gallon Generator Fuel Tank, Vanair part # 033018 OR EQUAL. Prefer fuel gauge if available. CLIN 0003 : 30 Gallon ASME Certified Air Tank Vanair part # OA49645 OR EQUAL. Prefer vertical mount if available. CLIN 0004 : Shipping (if applicable) ***See attached document labeled "Mobile Jump Start System Salient Features" for more details. Invoicing will be required through WAWF at https://wawf.eb.mil/ and vendors are required to be registered in SAM at https://www.sam.gov. Award can only be made to contractors registered and active in System for Award Management (SAM) at https://www.sam.gov. The Massachusetts ANG (104FW) is a Federal agency and is tax exempt. Contact Information: TSgt Freeman Knowlton, freeman.b.knowlton.mil@mail.mil. SAM Registration: Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code as identified above. Vendors may register at: http://www.sam.gov. Please contact the 104th Contracting Office if you require assistance at the number above. PROVISIONS AND CLAUSES: Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be registered with SAM prior to contract award at: http://www.sam.gov. Contractors must be register through Wide Area Work Flow (WAWF) at http://wawf.eb.mil to submit electronic payment invoices. The following FAR/DFAR provisions are applicable to this acquisition: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting JUL 2015 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) The government intends to award a contract resulting from this solicitation to a responsible vendor whose quote conforms to this solicitation and is considered most advantageous to the Government based on technical acceptability and price. Technical and price, when combined, are approximately equal. 52.212-3 Alt 1 Offeror Representations and Certification--Commercial Items DEC 2012 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) JAN 2014 52.219-6 Notice of Total Small Business Set-Aside NOV 2011 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 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011 52.225-1 Buy American Act--Supplies FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Changes--Fixed Price AUG 1987 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations in Clauses APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7004 Alternate A, System for Award Management 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013 252.232-7010 Levies on Contract Payments DEC 2006
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-2/W912SV18Q5022/listing.html)
 
Place of Performance
Address: Barnes ANGB, 175 Falcon Drive, Westfield, Massachusetts, 01085, United States
Zip Code: 01085
 
Record
SN05088184-W 20180915/180913231425-ddf78b1c3a5d464a6dbd455207859515 (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.