Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 29, 2019 SAM #6604
SOLICITATION NOTICE

54 -- Roof Fall Protection

Notice Date
12/27/2019 10:53:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 128 MILWAUKEE WI 53207-6104 USA
 
ZIP Code
53207-6104
 
Solicitation Number
W50S9G20Q0004
 
Response Due
1/24/2020 11:00:00 AM
 
Archive Date
02/08/2020
 
Point of Contact
Kristin Zahn, Phone: 4149448517
 
E-Mail Address
kristin.n.zahn.mil@mail.mil
(kristin.n.zahn.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) 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. (ii) Solicitation W50S9G-20-Q-0004 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03, effective 13 Dec 2019. (iv) This RFQ is set-aside for total small business. The North American Industry Classification System code is 541690 � Other Scientific and Technical Consulting Services with a SB size standard of $16.5M. (v) The 128 ARW, WI ANG, has an OSHA requirement to install fall protection systems on the roofs of all buildings that have utilities within 15 ft of a roof edge that require servicing/replacement.� See attached Statement of Work (SOW) for specifications: CLIN 0001 � Bldg 611 � Qty: 1ea CLIN 0002 � Bldg 512 � Qty: 1ea CLIN 0003 � Bldg 606 � Qty: 1ea CLIN 0004 Option 1 � Bldg 208N � Qty: 1ea CLIN 0005 Option 2 � Bldg 208S � Qty: 1ea CLIN 0006 Option 3 � Bldg 500 � Qty: 1ea CLIN 0007 Option 4 � Bldg 308 & 306 � Qty: 1ea CLIN 0008 Option 5 � Bldg 304 � Qty: 1ea (vi) �A firm fixed price contract is anticipated. Delivery and install will be at 128th Air Refueling Wing, 1919 East Grange Ave, Milwaukee Wi 53207.� (vii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Instructions to Offerors: Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number. Quotes must be valid through Sept 30, 2020. Provide product specifications. (viii) Evaluation will be based on lowest price technically acceptable. �Technical acceptability includes: conformance to the Statement of Work. (ix) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed. (x) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. The clause at FAR 52.217-5, Evaluations of Options, applies to this acquisition. �The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).� In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil. 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.217-7 Option for increased Quantity-Separately priced line item 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 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 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.232-7010 Levies on Contract Payments 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea (xiii) DPAS Rating does not apply to this acquisition. (xiv) Site visit is scheduled for 10 Jan 2020 at 9 am CST. If attending, please submit the Visitor Access Form to Kristin.n.zahn.mil@mail.mil no later than 7 Jan 2020. Quotes must be received no later than 24 Jan 2020 at 1 pm CST. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. (xv) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1db8774089f54a92a1a5a381ff491359/view)
 
Place of Performance
Address: Milwaukee, WI 53207, USA
Zip Code: 53207
Country: USA
 
Record
SN05524455-F 20191229/191227230139 (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.