Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2021 SAM #7196
SOLICITATION NOTICE

99 -- Command Signage Manufacture and Install

Notice Date
8/12/2021 9:52:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP21R0023
 
Response Due
8/24/2021 9:00:00 AM
 
Archive Date
09/08/2021
 
Point of Contact
Otha B Henderson, Phone: 8014324093
 
E-Mail Address
otha.b.henderson.civ@mail.mil
(otha.b.henderson.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This combined synopsis/solicitation and is being issued as a open market total small business set aside. The Northern America Industry Classification System Code (NAICS) is 339950, and the size standard is 500 employees. This combined synopsis/solicitation shall be the only request for quote; an additional solicitation will not be published. The Government will not be liable for any cost associated with preparing and providing quote and retains the right to withdraw this notification at any time without notice The Utah Army National Guard has a requirement to purchase the following: 230 brass letters for hallway signage as per the attachment WU210344 and statement of work. The brass lettering should be in Helvetica Bold font with a 6 inch size. The statment of work specifies 1 inch thickness; however, 3/4 inch is preferred as long as it is a standard thickness (not custom). The finish is polished brass and for cost considerations we are looking for a brass plate, not solid brass. For an example of this type of product and how it will be used, please see the attachment �example picture.� Upon award, a Point of Contact (POC) will be provided to coordinate access for installation; typically, only a valid state issued identification will be required to gain access to Camp Williams and the POC will arrange installation time and date with the sucessful contractor. If threat conditions change you may be required to show two forms of identification. Lettering size clarification: The letter sizes should be 6 inches. Please disregard the 6.5 inch specification. The surface the letters are to be mounted to is in a new building, so there is no need to match existing signage. And, the surface is painted drywall. If a vendor proposes an alternative, please quote alternatives as separate quotes. Evaluations Factors: Award will be made on the basis of lowest price technically acceptable. Price will be the primary consideration for quotes meeting technical acceptability. Please include expected delivery time and full description and specifications with your proposal. The Government may elect to award to other than lowest price if specifications are not sufficient or not provided. All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing with the Government. The System for Award Management (SAM) and Federal Awardee Performance and Integrity Information System (FAPISS) will be reviewed for responding vendors to determine if the vendor is in good standing. All qualified responses will be considered by the Government. Quotes must include CAGE/DUNS number, federal tax number and company's point of contact information. Please provide your submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than the indicated date and time. All submissions should be sent via email to: otha.b.henderson.civ@mail.mil. Facsimiles are not acceptable. Question regarding this requirement must be submitted via email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov . Failure to provide SAM registration may result in your quote being disqualified from consideration. The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 � Definitions FAR 52.203-3 � Gratuities FAR 52.204-7 � Central Contractor Registration FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services- Representation FAR 52.209-6 � Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, Or Proposed for Debarement FAR 52.212-1 - Instructions to O?erors FAR 52.212-3 � O?eror Representation and Certifications-Commercial Items FAR 52.212-3 � Alternate 1 FAR 52.212-4 � Terms and Conditions � Commercial FAR 52.212-5 � Dec-Statues/Exec Orders FAR 52.217-5 � Evaluation of Options FAR 52.217-8 � Option to Extend Services FAR 52.217-9 � Option to Extend the Term of the Contract FAR 52.219-1 (Alt I) � Small Business Program Representation FAR 52.219-8 � Utilization of Small Business Concerns FAR 52.219-14 � limitations on Subcontracting FAR 52.219-28 � Post-Award Small Business Program Representations FAR 52.222-3 � Convict Labor FAR 52.222-21 � Prohibit Segregated Facilities FAR 52.222.22 � Previous Contract and Compliance Reports FAR 52.222-25 � Affirmative Action FAR 52.222.26 � Equal Opportunity FAR 52.222-36 � Affirmative Action for Workers with Disabilities FAR 52.222-40 � Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 � Combating Trafficking in Persons FAR 52.222-54 � Employment eligibility Verification FAR 52.223-18 � Encouraging Contractor Policy to Bad Text Messaging While Driving FAR 52.225-23 � Restrictions on Certain Foreign Purchases FAR 52.225-25 � Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran � Representation and Certifications FAR 52.232-1 � Payments FAR 52.232.33 � Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 � Disputes FAR 52.233-2 � Service of Protest FAR 52.233-3 � Protest After Award FAR 52.233-4 � Applicale Law for Breach of Contract Claim FAR 52.243-1 � Changes-Fixed Price FAR 52.252-1 � Provisions Incorporated by Reference FAR 52.252-2 � Clauses Incorporated by Reference FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.252-6 � Authorized Deviation in Clauses DFARS 252.203-7000 � Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 � Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 � Control of Government Personnel Work Product DFARS 252.209-7995 � Representation by Corporations Regarding Unpaid Delinquent Tax Liability of Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 � Dev Terms and Conditions DFARS 252.225-7001 � Buy America Act and Balance of Payments Program DFARS 252.225-7002 � Qualifying Country as Subcontractors DFARS 252.225-7012 � Preference for Certain Domestic Commodities DFARS 252.232-7003 � Electronic Submission of Payment Requests DFARS 252.232-7010 � Levies on Contract Payments DFARS 252.237-7010 � Prohibition of Interrogation of Detainees by Contract personnel DFARS 252.243-7001 � Pricing of Contract Modifications DFARS 252.243-7002 � Request for Equitable Adjustment FAR 52.252-2 � Clauses Incorporated by Reference. This contract incorporates one of more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://www.acquisition.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/78c8b431d8fa43d798d3096aea89009e/view)
 
Place of Performance
Address: Bluffdale, UT 84065, USA
Zip Code: 84065
Country: USA
 
Record
SN06095959-F 20210814/210812230135 (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.