Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2016 FBO #5383
SOLICITATION NOTICE

81 -- REFURBISH TRAVEL PODS - SOW

Notice Date
8/17/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, National Guard Bureau, 187 FW/LGC, 5187 SELMA HIGHWAY, MONTGOMERY, Alabama, 36108-4824
 
ZIP Code
36108-4824
 
Solicitation Number
W912JA-16-T-0069
 
Archive Date
9/21/2016
 
Point of Contact
Stephen A. Shanks, Phone: 3343947530
 
E-Mail Address
stephen.a.shanks2.mil@mail.mil
(stephen.a.shanks2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW 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. (1) SET ASIDE: This solicitation is 100% set aside for small business; the associated NAICS code is 488190. The small business size standard is $32.5M averaged over the last three years. Size standards will be verified prior to making award by the Contracting Officer. (2) GENERAL: The purpose of this solicitation is to refurbish twenty-three (23) Travel Pods for the 187 th Fighter Wing, Montgomery, Alabama in accordance with the attached Statement of Work (SOW). (3) EVALUATION AND AWARD; In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made to the lowest priced offer that meets the minimum requirement or presents the best value to the government. Offerors shall provide, with their offer, a capabilities statement and the contact information for two references, whom you have provided services that are most comparable to the kind and size being requested in this solicitation. Offer will be evaluated in accordance with FAR 13.106-2(b). In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. The Government intends to award a Firm Fixed Priced contract as a result of this solicitation. (4) STATEMENT OF WORK: Reference the attached statement of work entitled STATEMENT OF WORK, Complete Refurbishment of F-16 Travel Pods (5) PRICE SCHEDULE: CLIN 0001: Repair and refurbishment of F-16 travel pods. QTY: 23 UNIT: EA CLIN 0002: Transportation/Shipping for Repair and refurbishment of F-16 travel pods. QTY: 2 UNIT: EA (6) TO PROPOSE: Firms shall provide the following: Provide a unit and total pricing for each CLIN (7) SITE VISIT: Not Applicable (8) PROPOSAL DUE DATE: Proposals shall be sent via e-mail to MSgt. Stephen Shanks at Stephen.a.shanks2.mil@mail.mil and received no later than 4:00 PM Central Standard Time on 6 September 2016. Late proposals will not be accepted. Proposed pricing shall be valid for 30 calendar days. (9) REQUESTS FOR INFORMATION; Requests for information (RFI's) shall be e-mailed to the Contracting Officer MSgt. Stephen Shanks ( Stephen.a.shanks2.mil@mail.mil ) within 3 business days of the solicitation close date. (11) The contract performance period of performance will be 100 days from contract award. (12) SAM REGISTRATION / WIDE AREA WORK FLOW: The Government requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in SAM.gov. In order to register all firms must have a Dunn & Bradstreet number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505. Contractors should submit their Certification and Representations using the online Representations and Certifications (ORCA) at https://orca.bpn.gov/. The successful offeror shall be able to invoice electronically using the process available at Wide Area Workflow https://wawf.eb.mil/. Alternate payment methods are not authorized. (13) PROVISIONS/CLAUSES: The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference. Clauses may not be in sequential order. 52.204-7 Central Contractor Registration; 52.409-4 Personal Identity Verification of Contractor Personnel. 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items 52.212-3 Offerors Representation and Certification-Commercial Items 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. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52-217-4 Evaluation of Options Exercised at Time of Contract Award 52-219-1 Small Business Representation 52-219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation; 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 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 Establishing Minimum Wage for Contractors 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-18, Availability of Funds 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.236-14 Availability and Use of Utility Services 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.249-4 Termination for Convenience of the Government (Services) (Short Form) 52.253-1 Computer Generated Forms 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.209-7992 Federal Tax Liability 252.209-7999 (Dev) Rep by Corporations Regarding Unpaid Delinquent Tax or a Felony Conviction 252.203-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 52.252-2 Clauses Incorporated by Reference: 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 address: http://farsite.hill.af.mil/ (14) POC: Point of Contact for this acquisition is MSgt. Stephen Shanks, 187 th Fighter Wing Base Contracting Office. Phone: 334-394-7530 Email: Stephen.a.shanks2.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01-1/W912JA-16-T-0069/listing.html)
 
Place of Performance
Address: 187TH Fighter Wing, 5187 Selma Highway, Montgomery, Alabama, 36108, United States
Zip Code: 36108
 
Record
SN04228119-W 20160819/160817235032-6b36c79c6bb063334023af255fba8ac2 (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.