Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2015 FBO #5024
SOLICITATION NOTICE

N -- REMOVE AND REPLACE BOILER - STATEMENT OF WORK

Notice Date
8/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 166 AW/LGC, 2600 SPRUANCE DRIVE, CORPORATE COMMONS, NEW CASTLE, Delaware, 19720-1615
 
ZIP Code
19720-1615
 
Solicitation Number
W912L5-15-T-0103
 
Archive Date
9/24/2015
 
Point of Contact
Amy Kline,
 
E-Mail Address
amy.l.kline.mil@mail.mil
(amy.l.kline.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK This is a combined synopsis/solicitation for commercial services 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. The solicitation number assigned to this action is W912L5-15-T-0103. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720. This acquisition is being set-aside exclusively for Small Business concerns. In the event of insufficient small business participation, the government reserves the right to make an award on an unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 238220, with a size standard of $15,000,000. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-83 dated 3 Aug 2015 and DPN 20150626. The Delaware National Guard's requirement is to remove one boiler and install 2 Government Furnished boilers in Building 2815, 2600 Spruance Drive New Castle DE 19720-1615. The selected vendor shall provide all materials, labor, transportation and technical expertise necessary to complete this award. The Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, Offerors should submit their best offer up front. Do not assume you will be able to revise your offer. GENERAL SUBMITTAL REQUIREMENTS: Submit TOTAL price for the following CLIN as outlined in the Statement of Work (Attachment 1) in order to be considered for award (partial quotes will not be considered): CLIN 0001: Remove and Install Boilers (Quantity 1) ¬¬¬¬¬¬______________ Job SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing. Proposal should be submitted under company letterhead, with DUNS number, FTID, Company Name, Address and POC included. VENDOR CERTIFICATIONS: Prior to award, the vendor must be currently registered in the System for Award Management (SAM) system, online at https://www.sam.gov/ In order to facilitate an accurate proposal for this project, a tour of the jobsite will be conducted on 31 August 2015 at 10:00AM EST. This will be the only scheduled visit of the jobsite and attendance is highly recommended prior to submitting a proposal for this project and before the RFP close date of 9 September 2015 at 10:00AM EST. Please e-mail, amy.l.kline.mil@mail.mil, a list of all personnel attending at least 24 hours in advance. Submit all offers in response to this synopsis/solicitation to the Point of Contact MSgt Amy Kline electronically to: amy.l.kline.mil@mail.mil. Please submit all questions in writing by email to the aforementioned, questions or inquiries received by telephone will not be addressed. Offers received after 10:00AM Eastern on the required date of submission, September 9, 2015; may not be considered unless determined to be in the best interest of the government. THIS CONTRACT IS SUBJECT TO THE SERVICE CONTRACT ACT OF 1965. The applicable wage determination in effect at the time of award will be incorporated into the subsequent contract. Current rates can be found at the following site: www.dol.gov The following provisions are included for the purposes of this combined synopsis/solicitation: 52.204-16 Commercial and Government Entity Code Reporting; 52.212-1 Instructions to Offerors -Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items ALT I; 52.252-1 Provisions Incorporated by Reference (http://farsite.hill.af.mil) Representations and Certifications: 52.237-1 Site Visit; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.203-7998 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation; 252.225-7031 Secondary Arab Boycott of Israel; 252.225-7035 Alt 1 Buy American - Free Trade Agreements - Balance of Payments Program Certificate; The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First Tier Subcontracts; 52.204-18 Commercial and Government Entity Code Maintenance 52.209-6 Protecting the Government's Interest when Subcontracting with Debarred or Suspended Contractors; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev,); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.22-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-50 Combating Trafficking in Persons; 52.222-55 Minimum Wages Under Executive Order 13658; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-2 Affirmative Procurement of Bio-based Products Under Service and Construction Contracts; 52.223-5 Pollution Prevention and Right to Know Information; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.223-19 Compliance with Environmental Management Systems; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.252-2 Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses; 252.203-7000 Requirements relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.203-7999 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiatily Agreements; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7036 ALT 1 Buy American - Free Trade Agreements 0 Balance of Payments Program 252.225-7048 Export Controlled Items 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; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.244-7000 Subcontracts for Commercial Items;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA07-1/W912L5-15-T-0103/listing.html)
 
Place of Performance
Address: 2600 SPRUANCE DRIVE, BUILDING 2815, NEW CASTLE, Delaware, 19720-1615, United States
Zip Code: 19720-1615
 
Record
SN03852191-W 20150826/150824235243-0a1a5e12427dd978b11ca16de2df1582 (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 |
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.