Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

J -- Fire Alarm Repair

Notice Date
7/16/2020 1:29:50 PM
 
Notice Type
Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
W7MT USPFO ACTIVITY ALANG 187 MONTGOMERY AL 36108-4824 USA
 
ZIP Code
36108-4824
 
Solicitation Number
W50S6N-20-Q-0002
 
Response Due
8/7/2020 2:00:00 PM
 
Archive Date
08/22/2020
 
Point of Contact
Kathryn P. Graham, Phone: 3343947531, Inbox, Phone: 3343947531
 
E-Mail Address
kathryn.p.graham.mil@mail.mil, usaf.al.187-msg.mbx.contracting@mail.mil
(kathryn.p.graham.mil@mail.mil, usaf.al.187-msg.mbx.contracting@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Purpose of this posting is to post the site visit documentation. This is a combination synopsis/solicitation for commercial items 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. �The solicitation number is: W50S6N-20-Q-0002 The solicitation is issued as a request for quotation (RFQ). Quotes shall be valid 60 calendar days after the close of the solicitation. �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. This solicitation is set aside for small businesses and associated NAICS code 238990 with the following small business standard $16.5M. CLIN 0001 � Fire Alarm Repair; See Statement of Work for further requirements; 1 ea. CLIN 0002 � Contract Manpower Reporting Application; 1 ea. Site Visit Information: A Site Visit will be held on 16 July 2020 at 9:00 a.m. CST for interested vendors and is highly encouraged.� This conference will start in BLDG 1502, Wing Auditorium, 5187 Selma Hwy. Montgomery, AL 36108.� The site visit will include the main wing and two local Geographically Separated Units (GSU).� The GSU located in Dothan will be completed the following day at 9:00 a.m. CST.� The 280 SOCS is located at 209 Wallace Dr. Dothan AL 36303. Due to the nature of this visit and COVID-19 Restrictions, all visitors shall wear face coverings and maintain proper social distancing in accordance with Montgomery City, State of Alabama, and Department of Defense guidelines.� For security reasons, all offerors attending the site visit must register.� Email the following information for all attendees to Master Sergeant Kathryn Graham (kathryn.p.graham.mil@mail.mil) no later than 3 business days prior to the site visit: Firm Name and Telephone Number Name and Social Security Number Driver�s License, State of Issue, and Date of Birth Citizenship Registering in advance will enable the Contracting office to make arrangements for adequate seating. Information provided at the site visit shall not qualify the terms and conditions of the solicitation and specifications.� Terms remain unchanged unless the solicitation is amended in writing. A record of the visit�shall be furnished to all prospective bidders on the Government Point of Entry. Documents to be required: Documents to be included: In order to be considered to award, offerors shall provide (1) a quote on company letterhead including the company DUNS #, detailing the item description (equipment being used to show compatibility), unit price per item, total price and shall be valid for at least 30 days; � Past Performance of relevant and recent projects within the last 5 years.� Information shall include: Type project Dollar Value Contract Number Location Point of Contact Prime Contractor or Subcontractor (If subcontractor, submit POC for Prime) Personnel and experience that would be used to accomplish the proposed contract action. Rejection of Quotation: Failure to demonstrate compliance will be cause to reject the quote without further discussions.� All responsible sources may submit an offer and will be considered. Delivery: FOB Destination. Performance Locations: ����������� 187 Fighter Wing: 5187 Selma Hwy. Montgomery, AL 36108 ����������� 226CCG: 1000 Air Base Blvd. Montgomery, AL 36108 ����������� 232CCSQ: 3090 Thomason Ave. Montgomery, AL 36108 ����������� 280SOCS: 209 Wallace Dr. Dothan AL 36303 DELIVERY DATE DUE: The Government required period of performance is 180 days after the notice to proceed, however, each offeror shall include their proposed delivery schedule as part of their quotation. �The following provisions and clauses apply to this acquisition and can be found in full text at https://acquisition.gov/. Far 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items: FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.204-7, System for Award Management.; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards, Far 52.222-3, Convict Labor (E.O 11755), FAR 52-222-19, Child Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, FAR 52.232.36, Payment by Third Party (31U.S.C. 3332), FAR 52.233-2 Service of Protest and FAR 52.233-3 Protest After Award; 52.222-50 Combatting Trafficking In Persons; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7001 Buy American and Balance of Payment Program; 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; 252.225-7048 Export Controlled Items; Evaluation and Award Factors � In accordance with FAR 13.106-1(a)(2) the contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, and considered best value. Evaluation Factors are based on technical capability, price and past performance.� When compared to price, technical capability and past performance, when combined, outweigh price. The Government intends to award a Firm Fixed Price contract. Any amendment and documents related to this procurement will be available electronically at the internet site: beta.sam.gov Contract Opportunities. Potential Offerors will be responsible for downloading their own copy of these documents related to this procurement.� Furnish quotes to MSgt Kathryn Graham, Contracting Specialist, 187th Fighter Wing at kathryn.p.graham.mil@mail.mil, no later than 4:00 PM Central Standard Time on 07 August 2020.� Requests for Information (RFI) may be sent no later than 04 August 2020 to kathryn.p.graham.mil@mail.mil.� Late quotes will be not be accepted.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a26541958a774bcf9a895909d7c7d792/view)
 
Place of Performance
Address: Montgomery, AL 36108, USA
Zip Code: 36108
Country: USA
 
Record
SN05723282-F 20200718/200716230157 (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.