SOLICITATION NOTICE
36 -- TROTEC SPEEDMARKER - Package #1
- Notice Date
- 9/19/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332812
— Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO HI P&C, 91-1179 ENTERPRISE AVE, BLDG 117, KAPOLEI, Hawaii, 96707, United States
- ZIP Code
- 96707
- Solicitation Number
- W912J619Q0080
- Archive Date
- 10/9/2019
- Point of Contact
- Clesson K. Paet, Phone: 8088446333, Manuel LLanes, Phone: 808-844-6335
- E-Mail Address
-
clesson.k.paet.civ@mail.mil, manuel.llanes.mil@mail.mil
(clesson.k.paet.civ@mail.mil, manuel.llanes.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- brand name justification Full test clauses Salient Characterisitcs Hawaii National Guard 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; quotes are being requested and a written solicitation will not be issued. This solicitation, W912J6-19-Q-0080, is being issued as a Request for Quote (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 procurement is being solicited unrestricted for full and open competition. The NAICS code is 332812 and the small business size standard is 500 employees. The following commercial items are requested in this solicitation: Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: TROTEC SPEEDMARKER 20. TO INCLUDE ON SITE TRAINING It is anticipated that a firm-fixed price purchase order will be awarded for the requested service as a result of this synopsis/solicitation. Award will be based on lowest price technically acceptable. The following FAR and DFARS provisions and clauses are incorporated into this solicitation by reference: 52.204-7, System for Award Management 52.204-13, SAM Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-22, Alternative Line Item Proposal 52.209-10, Prohibition on Contracting with Inverted domestic Corporations 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.223-5, Pollution Prevention & Right-To-Know Information 52.232-1, Payments 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.243-1, Changes-Fixed Price 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alternate A, System for Award Management 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea 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. Quotes are due by 10:00 a.m. (HST) time on Tuesday, 24 September, 2019. Electronic proposals must be submitted via e-mail to Mr. Clesson K. Paet at Clesson.k.paet.civ@mail.mil Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to Mr. Clesson K. Paet at Clesson.k.paet.civ@mail.mil no later than Friday, 20 September, 2019. Attachments: #1 - Salient characteristics #2 - Full Text Provisions and Clauses #3 - Brand name Justification
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fbf771ff3c62d9e30b6385843ec6eb5f)
- Place of Performance
- Address: 360 Mamala Bay Drive, JBPHH, Hawaii, 968535517, United States
- Zip Code: 35517
- Zip Code: 35517
- Record
- SN05450601-W 20190921/190919230745-fbf771ff3c62d9e30b6385843ec6eb5f (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 |