Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOLICITATION NOTICE

56 -- Sound Attenuating Door with installation

Notice Date
12/13/2019 10:14:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
W7NG USPFO ACTIVITY MN ARNG LITTLE FALLS MN 56345 USA
 
ZIP Code
56345
 
Solicitation Number
W50S7F20Q0007
 
Response Due
12/23/2019 11:00:00 AM
 
Archive Date
01/07/2020
 
Point of Contact
Christopher Fisher, Phone: 2187887242
 
E-Mail Address
christopher.c.fisher10.mil@mail.com
(christopher.c.fisher10.mil@mail.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-01. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 332321 applies to this solicitation; business size standard is 750 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS.The following is needed:Procurement of a Sound Attenuating Door with incidental construction (FAR 22.402(b)(2)). Removal and disposal of existing door. Currently, the base is using products similar to Overly Model 5012016 Acoustical Doors for the area, but any product meeting the attached specifications will be considered without any special consideration given to existing inventory.FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS ACQUISITION. NO CONTRACT AWARD WILL BE MADE UNTIL APPROPRIATED FUNDS ARE MADE AVAILABLE.Preparing and Submitting your Quote:Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery dates.Preferred CLIN structure:CLIN0001: Sound Attenuating Door, 1 EACLIN0002: Misc parts and supplies, 1 EACLIN0003: CDX-10, 1 EAServicesCLIN0004: Labor (removal of old door/frame and install of new door/frame), 1 JobNote: installation of door and CDX-10 must be accomplished by product certified installers.CLIN0005: Manpower Reporting, 1 Job (see Manpower Reporting section)*SEE SPECIFICATIONS DOCUMENTAll questions and quotes must be directed to 148 Contracting Officer via email at usaf.mn.148-fw.list.msc-personnel@mail.mil. Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 30 days, if possible. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer’s discretion.Place the solicitation number in the subject line of any email.Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, and past performance. LEAD TIME and Install Date will be a significant factor in technical evaluations (include a Not To Exceed installation date). All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted. The government will seek 3rd party consumer reviews of quoted items to determine technical ratings.GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. At the time of evaluation of your quote, your company must have an active status in SAM.gov.Electronic Documents: All electronic documents must NOT be “secured”, “locked”, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.Site Visit:Ad hoc Site Visit dates will be entertained based on availability and competition needs.Provision by reference: FAR 52.237-1 Site Visit (APR 1984)Service Requirements:Manpower Reporting: "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mill.”The selected Offeror must comply with the following Clauses, which are incorporated herein by reference:52.203-3 Gratuities APR 198452.203-6 Restrictions On Subcontractor Sales To The Government SEP 200652.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct-1852.204-18 Commercial and Government Entity Code Maintenance Jul-1652.204-19 Incorporation by Reference of Representations and Certifications. Dec-1452.204-23 Prohibition on Contracting for Hardware, Software, and Services… Jul-1852.209-6 Protecting the Government's Interest When… Oct-1552.212-4 Contract Terms and Conditions--Commercial Items Oct-1852.212-5 Contract Terms and Conditions Required to Implement Statutes… Aug-1952.212-5 (Dev) Contract Terms and Conditions… (Deviation 2018-O0021) Aug-1952.219-28 Post-Award Small Business Program Rerepresentation Jul-1352.222-19 Child Labor -- Cooperation with Authorities and Remedies Jan-1852.222-21 Prohibition Of Segregated Facilities Apr-1552.222-26 Equal Opportunity Sep-1652.222-36 Equal Opportunity for Workers with Disabilities Jul-1452.222-50 Combating Trafficking in Persons Jan-1952.223-5 Pollution Prevention and Right-to-Know Information May-1152.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. Jun-1652.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving Aug-1152.225-13 Restrictions on Certain Foreign Purchases Jun-0852.232-39 Unenforceability of Unauthorized Obligations Jun-1352.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-1352.237-2 Protection Of Government Buildings, Equipment, And Vegetation Apr-8452.252-2 CLAUSES INCORPORATED BY REFERENCE FEB-9852.252-6 Authorized Deviations In Clauses Apr-84252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11252.203-7001 Prohibition On Persons Convicted of Fraud… Dec-2008252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11252.204-7003 Control Of Government Personnel Work Product APR 1992252.204-7006 Billing Instructions OCT 2005252.204-7008 Compliance With Safeguarding Covered Defense Information Controls Oct-16252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct-16252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May-16252.211-7003 Item Unique Identification and Valuation Mar-16252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous… Sep-2014252.223-7008 Prohibition of Hexavalent Chromium JUN 2013252.225-7000 Buy American--Balance Of Payments Program Certificate-- Basic (Nov 2014) Nov-14252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic Dec-17252.225-7048 Export-Controlled Items Jun-13252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Dec-18252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS Dec-18252.232-7010 Levies on Contract Payments Dec-06252.237-7010 Prohibition on Interrogation of Detainees by Contractor Jun-13252.243-7001 Pricing Of Contract Modifications DEC 1991252.244-7000 Subcontracts for Commercial Items JUN 2013252.247-7023 Transportation of Supplies by Sea FEB 2019Provisions52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation Jan-1752.204-7 System for Award Management Oct-1852.204-16 Commercial and Government Entity Code Reporting Jul-1652.204-17 Ownership or Control of Offeror Jul-1652.204-20 Predecessor of Offeror Jul-1652.204-22 Alternative Line Item Proposal Jan-1752.207-4 Economic Purchase Quantity-Supplies Aug-8752.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb-1652.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. Dec-1652.225-18 Place of Manufacture Aug-1852.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. Aug-18252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations Mar-18Small Business Set-Aside52.219-6 Notice Of Total Small Business Set-Aside Nov-1152.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/01206f0897374df3bc1a641e7ff49460/view)
 
Place of Performance
Address: 17000, MN 55811-6022, USA
Zip Code: 55811-6022
Country: USA
 
Record
SN05516670-F 20191215/191213230259 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.