Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOLICITATION NOTICE

D -- Fleet GPS Monitoring - PWS - QASP

Notice Date
11/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Connecticut, 360 Broad Street, Hartford, Connecticut, 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-17-Q-B001
 
Archive Date
12/6/2016
 
Point of Contact
Peter J. Bedard, Phone: 8603864080
 
E-Mail Address
peter.j.bedard.mil@mail.mil
(peter.j.bedard.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quality Assurance Surveillance Plan Performance Work Statement 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. The United States Property & Fiscal Officer (USPFO) for Connecticut intends to award a contract for GPS Fleet Monitoring Devices to provide specific and accurate vehicle data and real time GPS Monitoring of a fleet of 42 vehicles, including all equipment needed and occasional service to switch out and reinstall in a new vehicle during life cycle replacement, as well as monthly reports. Period of Performance is for 1 year beginning Dec 2016.See attached Performance Work Statement. The solicitation number is W91ZRS-17-Q-B001 and is issued as a Request for Proposal (RFP). NAICS Code: 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The Small Business Size Standard is 1,250 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. All interested, responsive, and responsible contractors are encouraged to submit proposals by submitting a response via e-mail to Peter Bedard, Contract Specialist at peter.j.bedard.mil@mail.mil no later than 12:00 PM EST 21 NOV 2016. Responses should include the company name, address, contact name and title, phone number, e-mail address, business size and classification/certification under one of the NAICS Codes listed above, Commercial And Government Entity (CAGE) Code, Dun & Bradstreet (D-U-N-S) Number, and a list of your company's two (2) most recent contracts/projects of the same type described in this notice, if applicable. Please limit responses to ten (10) pages or less. This notice constitutes a request for a formal proposal. Evaluation: The basis for award is Lowest Price Technically Acceptable (LPTA) with technical capability factors equal to price. In accordance with FAR 52.212-3, the evaluation factors will be: (1) Technical Capability w/ sub-factors: the capability to perform all the requirements in the PWS (2) Ability to meet required Period of Performance Dates; (3) Past Performance; and (4) Price. Vendors shall provide at least two (2) relevant past performance references with their proposal. Reference information shall include agency or business name, contract number, dollar amount, point of contact (include phone number and email address), for which your firm has provided the same or similar services or supplies. Firms without a record of relevant past performance must affirmatively state that no relevant past performance is available. Such firms will receive a neutral rating that will be evaluated neither positively nor negatively. Relevant past performance is defined as performance of contracts of similar size scope & complexity as this requirement performed within the past three (3) years. The Government reserves the right to obtain & use past performance information from sources other than those listed in the proposal, to include prior dealing with the government & personal knowledge of the company. Contact SSG Peter Bedard, Contract Specialist, at the aforementioned e-mail address if you have any questions pertaining to this notice. Questions must be received prior to 3:30 p.m. 18 NOV 2016. Contracting Office Address: USPFO for Connecticut; Purchasing and Contracting Office; 580 North Street, Windsor Locks, CT 06096 The provision FAR 52.212-2, Instructions to Offerors- Commercial, applies. The clause 52.212-4 Contract Terms and Conditions, Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items applies Provisions and Clauses pertaining to this solicitation (NOTE: Additional may be applied due to regulation). ALL PROVISIONS AND CLAUSES CAN BE REFERENCED AT https://farsite.hill.af.mil : 52.204-16 Commercial and Government Entity Code Reporting, 52.204-18 Commercial and Government Entity Code Maintenance, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR Instructions to Offerors-Commercial Items, 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items, FAR Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.219-6 Notice of Total Small Business Set-Aside, FAR Post-Award Small Business Program Representation, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-41 Service Contract Labor Standards, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-50 Combatting Trafficking in Persons, 52.222-55 Minimum Wages Under Executive Order 13658, 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 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, 52.252-2 Clauses Incorporated by Reference, 252.201-7000 Contracting Officer's Representative, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistle Blower Rights, 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009 Limitations on the use or Disclosure of Third-party Contractor Reported Cyber Incident Information, 252.204-7015 Disclosure of Information to Litigation Support Contractors, 252.225-7048 Export-Controlled Items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.237-7010 Prohibition on Interrogating of Detainees by Contractor Personnel, 52.212-5 (Dev) Contract Terms and Conditions, 52.232-19 Availability of Funds for the Next Fiscal Year, 252.232-7006 Wide Area Workflow Payment Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-17-Q-B001/listing.html)
 
Place of Performance
Address: 375 Smith Street, Middletown, Connecticut, 06457, United States
Zip Code: 06457
 
Record
SN04323907-W 20161110/161108235236-0e5c7491e506847f23f3bb504359939c (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.