Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

99 -- Marquee

Notice Date
9/20/2021 10:08:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
W7NW USPFO ACTIVITY ORANG 173 KLAMATH FALLS OR 97603-2108 USA
 
ZIP Code
97603-2108
 
Solicitation Number
W50S8Z-21-Q-0037
 
Response Due
9/22/2021 10:00:00 AM
 
Archive Date
10/07/2021
 
Point of Contact
Joel Sire, Phone: 5418856495, Fax: 5418856600, Jason Rice, Phone: 5418856496
 
E-Mail Address
joel.sire.1@us.af.mil, jason.rice.27@us.af.mil
(joel.sire.1@us.af.mil, jason.rice.27@us.af.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; quotations are being requested and a written solicitation will not be issued. This solicitation: W50S8Z-21-Q-0037 is being issued as a Request for quote (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-07. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 339950 and the small business size standard is 500 Employees. Instructions to Offerors 1. Questions: All questions shall be in writing. Questions shall be submitted to Joel Sire at joel.sire.1@us.af.mil. Questions must be submitted No Later Than 20 September 2021. 2. Quote Submission: Quotes should be submitted by email (preferred method) to the Contracting Office at joel.sire.1@us.af.mil no later than 22 September 2021 at 1:00 PM PT. Quotes shall be clearly marked RFQ W50S8Z-21-Q-0037; not to exceed 4 pages, 10 point font. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Award may be made without discussions. a. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error with email address does not change the due date or time. Basis For Award Award shall be made to a single offeror. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered using a subjective comparative analysis in accordance with FAR 13.1. The following factors shall be used to evaluate offers: Past Performance Price The following commercial items are requested in this solicitation: CLIN 0001 � 1 Each � Marquee -See attached Specifications Required Delivery Date: 60 Days ADC. Delivery is FOB Destination. The delivery location is as follows: 173d Fighter Wing 211 Arnold Ave Klamath Falls, OR 97603 Full text Provisions and Clauses may be accessed at https://www.acquisition.gov. The following provisions and clauses apply to this acquisition: THE FOLLOWING FULL TEXT PROVISIONS AND CLAUSES APPLY TO THIS ACQUISITION: 52.252-1�Solicitation Provisions Incorporated by Reference. As prescribed in�52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference�(Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov �(End of provision) 52.252-2�Clauses Incorporated by Reference. As prescribed in�52.107(b), insert the following clause: Clauses Incorporated By Reference�(Feb 1998) This contract incorporates one or 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 their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov (End of clause) 52.252-3�Alterations in Solicitation. As prescribed in�52.107(c), insert the following provision in solicitations in order to revise or supplement, as necessary, other parts of the solicitation that apply to the solicitation phase only, except for any provision authorized for use with a deviation. Include clear identification of what is being- altered. Alterations in Solicitation�(Apr 1984) Portions of this solicitation are altered as follows: _____________________________________________ _____________________________________________ _____________________________________________ (End of clause) 52.252-4�Alterations in Contract. As prescribed in�52.107(d), insert the following clause in solicitations and contracts in order to revise or supplement, as necessary, other parts of the contract, or parts of the solicitation that apply after contract award, except for any clause authorized for use with a deviation. Include clear identification of what is being altered. Alterations in Contract�(Apr 1984) Portions of this contract are altered as follows: _____________________________________________ _____________________________________________ _____________________________________________ (End of clause) 52.252-5�Authorized Deviations in Provisions. As prescribed in�52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert ""(DEVIATION)"" after the date of the provision. Authorized Deviations in Provisions (Nov 2020) ������(a)�The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. ������(b)�The use in this solicitation of any�Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) 52.252-6�Authorized Deviations in Clauses. As prescribed in�52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert ""(DEVIATION)"" after the date of the clause. Authorized Deviations in Clauses (Nov 2020) ������(a)�The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. ������(b)�The use in this solicitation or contract of any�Defense Federal Acquisition Regulation Supplement�(48 CFR�2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) THE FOLLOWING PROVISIONS MUST BE COMPLETED BY THE OFFEROR AND MUST BE SUBMITTED WITH THE QUOTATION OR OFFER 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. THE FOLLOWING PROVISIONS REQUIRE COMPLETION BY THE OFFEROR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-26 Covered Telecommunications Equipment or Services-Representation 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.219-1 Small Business Program Representations 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�representation and Certifications 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation. 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation PROVISIONS INCORPORATED BY REFERENCE 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-20�Predecessor of Offeror 52.204-22 Alternative Line Item Proposal 52.204-26 Covered Telecommunications Equipment or Services-Representation 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-6 Brand Name or Equal. 52.212-1 Instructions to Offerors -- Commercial Items 52.212-2 Evaluation -- Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.219-1 Small Business Program Representations 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�representation and Certifications 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008�Compliance with Safeguarding Covered Defense Information Controls 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.239-7098 Class Deviation 2018-O00003 - Prohibition on Contracting to Maintain or Establish Computer Network Unless Such Network is Designed to Block Access to Certain Websites CLAUSES INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kasperksy Lab and Other Covered Entities 52.204-25 Prohibition of Contracting for Certain telecommunications and Video Surveillance Services or Equipment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-17 Delivery of Excess Quantities 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Class Deviation 2018-O0021 � Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-14 Limitations on Subcontracting 52.219-28 Post-Award Small Business Program Rerepresentation 52.219-33 Non-Manufacturer Rule 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-1 Payments 52.232-8 Discounts for Prompt Payment 52.232-11 Extras 52.232-33 Payment by Electronic Funds Transfer � System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payment to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000�Requirements Relating to Compensation of Former DoD Officials. 252.203-7002�Requirement to Inform Employees of Whistleblower Rights. 252.204-7003�Control of Government Personnel Work Product. 252.204-7006 Billing Instructions 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. 252.204-7018�Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.204-7020 NIST SP 800-171 DoD Assessment Requirements 252.211-7003 Item Unique Identification and Valuation. 252.223-7008 Prohibition of Hexavalent Chromium. 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors. 252.225-7048�Export-Controlled Items. 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 252.232-7017 Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration. 252.243-7001�Pricing of Contract Modifications 252.244-7000�Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The Defense Priorities and Allocations System (DPAS) assigned rating is: NONE.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3792d656d11643d9a586f8cfbb97dc44/view)
 
Place of Performance
Address: Klamath Falls, OR 97603, USA
Zip Code: 97603
Country: USA
 
Record
SN06138840-F 20210922/210920230119 (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  © 1994-2020, Loren Data Corp.