Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOLICITATION NOTICE

H -- Fabric Door Weld Inspection

Notice Date
7/20/2020 8:43:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
W7NH USPFO ACTIVITY MSANG CRTC GULFPORT MS 39507-4324 USA
 
ZIP Code
39507-4324
 
Solicitation Number
W50S7K-20-R-0010
 
Response Due
7/30/2020 10:00:00 AM
 
Archive Date
08/14/2020
 
Point of Contact
MSgt Brian M. Davis, Phone: 2282146072, SMSgt Michael S. Hornbeck, Phone: 2282146168
 
E-Mail Address
brian.m.davis22.mil@mail.mil, michael.s.hornbeck.mil@mail.mil
(brian.m.davis22.mil@mail.mil, michael.s.hornbeck.mil@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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is W50S7K-20-R-0010 and is issued as a Request for Quote (RFQ) for the Inspection of Fabric Door Welds at the CRTC in Gulfport, MS.� This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2020-06, effective 05 June 2020 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20200324 dated 24 March 2020. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as total small business set-aside. The Service Contract Act wage rates are applicable to this requirement.� Current prevailing wage determination(s) for Harrison County, Mississippi (39507) at the time of issuance of solicitation are Wage Determination No.: 2015-5148, Rev. 12, Dated 6/26/2020. �In the event the current prevailing Wage Determination is changed by the Department of Labor prior to the closing date of the solicitation, the most current wage determination is in effect. Should the wage rate change after closing, but prior to award, the updated Wage Determination will be incorporated by amendment and issued to all offerors that have not been eliminated from the competition. If applicable, these offerors/contractors will be given a reasonable opportunity to provide revised proposals solely to amend proposals due to Wage Determination changes. If the wage determination modification does not change any affected wage rates, then the provisions of FAR 22.404-5(c)(4) will apply. Applicable wage rates can be found at https://beta.sam.gov Wage Determination On-Line Link The North American Industry Classification System Code (NAICS) is 541350 and the small business size standard is $8,000,000.00. The Government is requesting the contractor perform weld inspection services. �See Attachment 1 for a complete description of the requirement.� The period of performance will be 30 days after Notice to Proceed. The offeror who receives the award will be required to have all equipment, labor, and tools necessary for contract completion in place and operational at the beginning of the period of performance to ensure there will be no disruption in services. Offers are due NLT Wednesday, July 30th , 2020, at 12:00 P.M. Central time, using CLIN structure provided below. Offers shall be emailed to usaf.ms.ms-crtc.mbx.mscrtc-contracting@mail.mil and brian.m.davis22.mil@mail.mil. Questions concerning this solicitation should be addressed to MSgt Brian Davis, (228) 214-6072. BASIS OF AWARD: Vendor Responses will be evaluated based on Technical evaluation of the Vendors proposed solution and lowest price that meets salient characteristics. Technical evaluation will be equal to price.� Award may be made without discussions. Technical capability shall be evaluated as OUTSTANDING (BLUE); GOOD (PURPLE); ACCEPTABLE (GREEN); MARGINAL (YELLOW) UNACCEPTABLE (RED) for it�s ability to meet the requirements set forth in the requirements document. Vendors must submit pricing according to the CLIN structure below and a TECHNICAL PACKAGE describing what equipment and procedures will be used to meet the requirements laid out in the PWS.� Submissions that do not conform to these requirements will not be considered for award. ITEM� Supply/Services���������� Quantity��������� UNIT� UNIT PRICE������������� AMOUNT 0001��������������������������������������� 1��������������������������������� JOB���������������������������� ___________ Inspection of Fabric Door Welds for buildings 66 and 75. ITEM� Supply/Services���������� Quantity��������� UNIT� UNIT PRICE������������� AMOUNT 000101����������������������������������� 1��������������������������������� JOB���������������������������� ___________ eCMRA Reporting (If no cost, then put �NOT PRICED�) Manpower Reporting: The contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air Force (UIC Code FFNKQ0) 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 The full text of a clause/provision may be accessed electronically at http://acquisition.gov . Award will be made to the offeror which is most advantageous to the government. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can register in SAM at www.sam.gov or contact SAM by calling 1-866-606-8220. Invoicing will be required through WAWF at https://wawf.eb.mil/ and vendors are required to be registered in SAM at https://www.sam.gov. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. APPLICABLE CLAUSES/PROVISIONS: FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7 System for Award Management FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-20 Predecessor of Offeror FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation FAR 52.204-22 Alternative Line Item Proposal FAR 52.207-3 Right of First Refusal of Employment FAR 52.209-1 Qualification Requirements FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219-14 Limitations on Subcontracting FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-41 Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 FAR 52.223-6 Drug-Free Workplace FAR 52.223-10 Waste Reduction Program FAR 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners FAR 52.223-19 Compliance with Environmental Management Systems FAR 52.224-1 Privacy Act Notification FAR 52.224-3 Privacy Training FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer/ Central Contractor Registration FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.243-1 Changes�Fixed Price--Alternate I FAR 52.245-1 Government Property FAR 52.246-4 Inspection of Services�Fixed-Price FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price) FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 DoD Antiterrorism Awareness Training for Contractors DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.223-7004 Drug-Free Work Force DFARS 252.225-7000 Buy American and Balance of Payments Program. DFARS 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) DFARS 252.225-7974 Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005) DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.225-7036 Buy American�Free Trade Agreements--Balance of Payments Program--Basic Contracting Office Address: Combat Readiness Training Center � Battlefield Airman Center 4715 Hewes Ave, bldg. 146 Gulfport, MS 39207 Contracting Office mailbox usaf.ms.ms-crtc.mbx.mscrtc-contracting@mail.mil � � Primary Point of Contact: Brian M. Davis, 228-214-6072 brian.m.davis22.mil@mail.mil � Secondary Point of Contact: Michael S. Hornbeck, 228-214-6168 Michael.S.Hornbeck.mil@mail.mil �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/02ce45ad300f4647aca505ee0f448bd9/view)
 
Place of Performance
Address: Gulfport, MS 39507, USA
Zip Code: 39507
Country: USA
 
Record
SN05726087-F 20200722/200720230146 (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.