SOLICITATION NOTICE
83 -- General Purpose (DRASH) Shelter - Attachments
- Notice Date
- 9/12/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314910
— Textile Bag and Canvas Mills
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa, 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- W912LP-16-Q-1165
- Archive Date
- 10/7/2016
- Point of Contact
- Dan Collins, Phone: 5152524647, Mark Lowell Thompson, Phone: 5152524248
- E-Mail Address
-
daniel.w.collins.mil@mail.mil, mark.l.thompson10.mil@mail.mil
(daniel.w.collins.mil@mail.mil, mark.l.thompson10.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment #3 Other than Full and Open Competition Justification and Approval Attachment #2 Solicitation W912LP-16-Q-1165, Full-Text Provisions and Clauses Attachment #1 Statement of Work - W912LP-16-Q-1165 This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, W912LP‐16‐Q‐1165, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89, effective 15 Aug 2016. This procurement is unrestricted. The NAICS code is 314910 and the small business size standard of 500 employees. The government intends to award a sole source purchase order to HDT Expeditionary Systems, Inc. Interested parties that can meet the minimum requirements listed in attachment #1 are encouraged to submit a quoted along with a narrative explaining how their system is compatible the Iowa National Guard existing medium TMSS and Base X Command Post system prior to the closing date. Award will be made to the lowest price vendor that meets the minimum specifications. The Government intends to make a single Firm-Fixed Price award. The following commercial supplies are requested in this solicitation: REQUIREMENT: The Iowa Army National Guard has a requirement for one light weight extreme weather shelter/tent that is 1125 - 1250 square foot with accessories. The shelter/tent must be compatible with the Base X Command Post system already in use (attached sole source justification and approval). See Atch1 (Statement of Work) for specifications and minimum requirements. CLIN 0001. JA200360, Bladder, Large J CLIN 0002. JA201160, Blower for J, 120V CLIN 0003. JA200320, Door, Side J, Set Tan CLIN 0004. JA201300, Pin Set, End Wall, J CLIN 0005. JA200520, End Wall, Support, 1-Arch CLIN 0006. JA200340, Floor, J, Fabric CLIN 0007. JA201020, Hammer, Sledge, #10, Fiberglass CLIN 0008. SH201-0001T, Shelter, 1XBTJ, Tan CLIN 0009. JA201400, Shelter, J, Tan CLIN 0010. JA201320, Stake, Set, J, 25 Pc. CLIN 0011. JA200820, Stake, J, ¾", DH-Rebar, 30" L CLIN 0012. JA200200, T-Plate, J, Single, Ext, Tan CLIN 0013. JA200540, Windline, Set, J, High & Low CLIN 0014. The Government prefers pricing as FOB Destination however, if priced as FOB Origin provide the estimated freight cost The following provisions are incorporated into this solicitation by ref reference: FAR 52.212‐1, Instructions to Offerors - Commercial DFARS 252.204‐7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204‐7011, Alternative Line Item Structure DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations The following clauses are incorporated into this solicitation by reference: FAR 52.212‐4, Contract Terms and Conditions - Commercial Items FAR 52.232‐40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203‐7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7997, (DEV 2016-O0003), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204‐7012 (DEV 2016‐O0001), Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204‐7015, Disclosure of Information to Litigation Support Contractors DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232‐7010, Levies on Contract Payments DFARS 252.225-7036 Alternate I, Buy American - Free Trade Agreements - Balance of Payments Program DFARS 252.237‐7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244‐7000, Subcontracts for Commercial Items DFARS 252.247‐7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #2 titled "Solicitation W912LP‐16‐Q‐1108 Full‐Text Provisions and Clauses." (Offerors shall include completed copies of the certifications within the following provisions with their offer, UNLESS they are completed and current within the SAM profile at www.sam.gov.) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability of a Felony Conviction Under an Federal Law DFARS 252.203‐7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.203‐7996 (DEV 2016‐O0003), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ‐ Representation (Offerors shall include completed copies of the certifications within the following provisions with their offer.) FAR 52.212‐3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I DFARS 252.225-7035 Alternate I, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate The following clauses are incorporated by full text. The full text is found in Attachment #2 titled "Solicitation W912LP‐16‐P‐1108 Full‐Text Provisions and Clauses. FAR 52.212‐5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.211-7003, Item unique Identification and Valuation DFARS 252.232‐7006, Wide Area WorkFlow Payment Instructions Quotations are due at 5:00 PM CST on Thursday, September 22, 2016. Quotations may be mailed to USPFO for Iowa, Camp Dodge, ATTN: SGM Dan Collins, 7105 NW 70th Ave, BLDG. 3475, Johnston, IA, 50131‐1824; or may be submitted e‐mail to daniel.w.collins.mil@mail.mil. Fax proposals will not be accepted. It is the contractor's responsibility to verify that quotations have been received by the due date and time. Questions regarding this solicitation may be directed to SGM Dan Collins, Contract Specialist at (515) 252‐4647, email daniel.w.collins.mil@mail.mil or to CW4 Mark Thompson, Contracting Officer at (515) 252‐4248, email mark.l.thompson10.mil@mail.mil. Attachments: Atch1 - Statement of Work Atch2 - Solicitation W912LP‐15‐Q‐1157 Full Text Provisions and Clauses Atch3 - J&A for other than Full and Open Competition
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-16-Q-1165/listing.html)
- Place of Performance
- Address: Camp Dodge Joint Maneuver Training Center, Johnston, Iowa, 50131-1824, United States
- Zip Code: 50131-1824
- Zip Code: 50131-1824
- Record
- SN04267287-W 20160914/160912235348-053cb5a7cdb3937357f3aa87db6e9bd9 (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 |