Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOLICITATION NOTICE

54 -- Vietnam Memorial Wall Replica

Notice Date
12/18/2019 4:02:27 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-20-P-DD01
 
Response Due
12/27/2019 1:30:00 PM
 
Archive Date
01/04/2020
 
Point of Contact
Deloney P. Denson, Contracting Specialist, Phone: 8086561020, Lisa K. Nakamoto, Contract Specialist, Phone: 8086560997
 
E-Mail Address
deloney.p.denson.civ@mail.mil, lisa.k.nakamoto.civ@mail.mil
(deloney.p.denson.civ@mail.mil, lisa.k.nakamoto.civ@mail.mil)
 
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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W912CN-20-Q-DD01 and this solicitation is issued as request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96, effective 06 November 2017. (iv) This is a SERVICE-DISABLED SMALL BUSINESS SET-ASIDE and the associated NAICS code is 332311. (v) A list of contract line item number(s) and items, quantities and units of measure: CLIN 0001 Vietnam Memorial Wall Replica Each 1 0002 Shipping, Assembly, Disassembly, & Return Shipping Each 1 (vi) Description of requirements to be acquired: Provide a Vietnam Memorial Wall Replica for display at ceremony (vii) Date and place of delivery and acceptance and FOB destination: Wall lead time no more than 90 days. Then delivery, assembly, and tear-down at the following: National Memorial of the Pacific 2177 Puowaina Dr. Honolulu, HI 96813 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision 52.212-2, Evaluation -- Commercial Items, will be used, and the specific evaluation criteria included are technical and price. ** Basis for Award: The request for quotation uses streamlined acquisition procedures pursuant to FAR Part 12 and FAR Part 13 as authorized. The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be based on the lowest priced offer meeting solicitation requirements, such as terms and conditions, salient characteristics, and representations and certifications in order to be eligible for award. (x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995) 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-20 Predecessor of Offeror (JUL 2016) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (NOV 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) 52.219-28, Post Award Small Business Program Rerepresentation 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. (OCT 2015) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following additional DFARS clauses cited in the clause are applicable to the acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A System for Award Management Alternate A (FEB 2014) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7993 (Dev) Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016) (SEP 2015) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work-Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications. 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea, Basic (xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. (xv) Email are to be submitted via email to both points of contact identified below. The due date for offers is November 20, 2019. Offers must include a narrative detailing how shipment, assembly, and disassembly will be accomplished as well as drawings and/or photographs of the offered wall. (xvi) The individual to contact for information regarding the solicitation is Ms. Deloney Denson at deloney.p.denson.civ@mail.mil 1-808-687-1020 or Lisa Nakamoto at lisa.k.nakamoto.civ@mail.mil 1 808 656 0997.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fe02cd450f3344dba799ecb007d98ae1/view)
 
Place of Performance
Address: National Memorial of the Pacific2177 Puowaina Dr., HONOLULU, HI 96813, USA
Zip Code: 96813
Country: USA
 
Record
SN05520491-F 20191220/191218230140 (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.