MODIFICATION
63 -- FIRE ALARM REPAIR
- Notice Date
- 1/17/2017
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, 187 MSC AL ANG, 5187 SELMA HIGHWAY, MONTGOMERY, Alabama, 36108-4824, United States
- ZIP Code
- 36108-4824
- Solicitation Number
- W912JA-17-T-0009
- Archive Date
- 2/22/2017
- 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
- N/A
- Description
- AMENDMENT IS TO CHANGE THE PROPOSAL DUE DATE TO 7 FEBRUARY 2017 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: Not Applicable (2) GENERAL: The purpose of this solicitation is to repair the base wide Monaco Fire Alarm System to include upgrading the current D700 Fire Alarm System to the D21 system. (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. Offers 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 and other documents as 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 Emergency Repair Fire Alarm System Base Wide. (5) PRICE SCHEDULE: CLIN 0001: Monaco D21 System Unit Cost________________ CLIN 0002: Building Transmitters Unit Cost_________ Qty.__________ Total____________ CLIN 0003: Labor, Installation, set-up and programing Lump Sum________________________ (6) TO PROPOSE: Firms shall provide the following: Provide a pricing based on the price schedule listed in paragraph 5. (7) SITE VISIT: 187 Fighter Wing Building 1904 Base Fire Department 5187 Selma Highway Montgomery, AL 36108-4824 A site visit is scheduled 12 January 2017, 10:00 AM Central Standard Time (CST). Interested firms shall email the Name, driver's License number and state of issue to MSgt. Stephen Shanks (Stephen.a.shanks2.mil@mail.mil) no later than 11 January 2017, 3:00 PM CST. Upon arrival present a Valid Driver's License, Proof of Insurance, and Vehicle Registration. Per Federal Acquisition Regulation Clause 52.237-1, Site Visit; Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after award. (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 7 February 2017. 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 2 business days of the solicitation close date. (10) WAGE DETERMINATION: Service Contract Act wages apply to this acquisition. Wage Determination Number 2015-2011, Revision number 4, Date of revision 01/03/2017. (11) SCHEDULE: The contractor will not be allowed to work on the base on Mondays without approval of Base Civil Engineering Office. The contract performance period for these services shall not exceed 30 calendar days. The successful offeror shall be required to submit a schedule of work to allow for the 187 th Base Civil Engineering Office to coordinate appropriately with facility managers and users. (12) SYSTEM FOR AWARD MANAGEMENT (SAM)/ WIDE AREA WORK FLOW: The Government requires that all contractors doing business with this office be registered with www.SAM.gov. No award can be made to a company not registered in www.SAM.gov. For additional information and to register, please access the www.SAM.gov web site. 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 DFARS provisions and clauses apply to this solicitation and are incorporated by reference: The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-48, effective 31 Jan 2011. Clauses may not be in sequential order. 52.203-3 Gratuities 52.203-6 (Alt 1) Restrictions on Subcontractor Sales to Government 52-203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitation on Payment to Influence Certain Federal Transactions 52.204-4 Printed or Copied Double Sided on Postconsumer Fiber Content Paper 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 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; 52.219-1 Small Business Program Representation 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contract and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans (Oct 2015) 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 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; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-2 Service of Protest 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) 52-252-1 Solicitation Provisions Incorporated by Reference 52-252-5 Authorized Deviations in Provisions 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 252.203-7005 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252-209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 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-17-T-0009/listing.html)
- Place of Performance
- Address: 187 FIGHTER WING, 5187 Selma Highway, Montgomery, Alabama, 36108, United States
- Zip Code: 36108
- Zip Code: 36108
- Record
- SN04373431-W 20170119/170117234903-0d344b325051ee6131225234612a2f2d (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 |