MODIFICATION
99 -- ALAMOSA READINESS CENTER MISC EQUIPMENT
- Notice Date
- 8/14/2013
- Notice Type
- Modification/Amendment
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
- ZIP Code
- 80011-9511
- Solicitation Number
- W912LC-13-T-0115
- Response Due
- 8/14/2013
- Archive Date
- 9/29/2013
- Point of Contact
- James S. Rawlings, Phone: 7208478677
- E-Mail Address
-
james.s.rawlings.ctr@mail.mil
(james.s.rawlings.ctr@mail.mil)
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. Item #1 industrial Equipment and Install Contact Information James Rawlings Contract Specialist USPFO, Colorado (720) 847-8677 James.s.rawlings.ctr@mail.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. The Colorado National Guard will be awarding a Firm-Fixed Price Contract. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-33 Effective on June 15, 2009. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/. The Colorado Army National Guard is looking for a small business to provide industrial equipment for our Alamosa facility. Please see attached scope of work as well as the bill of materials for additional details. Materials quoted must be brand name or equal to be considered for award. If you are quoting an equal item and one not specified in the SOW please include cut sheets and product specifications to show how the product is considered an equal item. Please include an installation timeframe with you quote. This is 100% set aside for small business companies. Please include warranty information with your quote. All firms who bid on this project must have a Colorado presence and be able to respond to warranty issues within four business days. An award will be made based on lowest price technically acceptable. This solicitation is a 100% total small business set aside solicitation. The North American Industrial Classification System (NAICS) code for this procurement is 339999 and the small business standard is 500. This solicitation will end on August 14, 2013 1500 EST. Quotes received after this time will not be accepted. The government will review each contractor's capability to determine which contractor is best suited to meet the Government's needs. All questions need to be emailed to James Rawlings by 1100 EST August 7, 2013 and will be posted as a modification document to this solicitation. Answers to these questions will be up by August 9, 2013. Please send quotes and questions to james.s.rawlings.ctr@mail.mil Quotes shall reference solicitation #W91LC-13-T-0115. Quoted prices shall include any and all charges that may apply. The following FAR clauses are applicable to this acquisition: 52.202-1 Definitions 52.203-5 Covenant against Contingent Fees 52.204-7 Central Contractor Registration 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offeror-Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offeror Representation & Certifications-Commercial Items 52.212-4 Contract Terms & Conditions Commercial Items 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.222-1 Notice to the Government of Labor Disputes 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act 52.222-50 Combating Trafficking in Persons 52.223-6 Drug-Free Workplace 52.225-13 Restrictions on Certain Foreign Purchases 52.225-1 Buy American Act-Supplies 52.228-5 Insurance-Work on a Government Installation 52.232-33 Payment by Electronic Funds Transfer Central Contract Registration 52.233-2 Service of Protest 52.243-1 Changes-Fixed Price 52.244-6 Subcontracts for Commercial Items 52.252-2 Clauses Incorporated by Reference The Following DFARs clauses are applicable to this acquisition; 252.203-7002 252.204-7004 Alt A Central Contractor Registration Alternate A 252.211-7003 Alt I Item Identification and Valuation 252.212-7001 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7001 Buy American Act & Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests & Receiving Reports. To be awarded this contract, the offeror must be registered in the CCR. (www.ccr.gov) 1. INSURANCE - MINIMUM AMOUNTS 1.1. Reference Contract Clause titled, quote mark Insurance -Work on a Government Installation (FAR 52.228-5). Kinds and minimum amounts are as follows: KIND AMOUNTS (FAR 28.307-2) Workmen's Compensation $100,000 (see paragraph 1.2, below) Comprehensive General Liability $500,000 per occurrence for bodily injury Comprehensive Automobile Liability $200,000 per person and $500,000 per accident for bodily injury and $20,000 for property damage (If applicable) $200,000 per person and $500,000 per occurrence Aircraft Public and Passenger for bodily injury, other than passenger Liability liability and $200,000 per occurrence for property damage; coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the number of seats $200,000 multiplied by the number of seats or passengers, whichever is greater. 1.2. Except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. 1.3. NOTE: Before commencing work under this contract, the Contractor shall certify to the Contracting Officer, in writing, that the required insurance has been obtained. The policies referenced in the certification (s) shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the state in which this contract is to be performed prescribe or (2) until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. The Contractor shall maintain a copy of proofs of required insurance, and shall make copies available to the Contracting Officer upon request. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-13-T-0115/listing.html)
- Place of Performance
- Address: USPFO for Colorado ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005 Aurora CO
- Zip Code: 80011-9511
- Zip Code: 80011-9511
- Record
- SN03148253-W 20130816/130814234929-20ff6b0e268b3c83a27d7aecf5c56e83 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |