Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2018 FBO #5929
SOLICITATION NOTICE

S -- Lead Decontamination Services - SOW

Notice Date
2/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-18-Q-7005
 
Archive Date
3/22/2018
 
Point of Contact
Joel Sire, Phone: 541-885-6181
 
E-Mail Address
joel.a.sire.mil@mail.mil
(joel.a.sire.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (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; quotes are being requested and a written solicitation will not be issued. This solicitation: W912JV-18-Q-7005 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 562910 and the small business size standard is $20.5 Million. The following commercial services/items are requested: CLIN Quantity Unit Description 0001 1 Job Lead Decontamination Services IAW Attached SOW 0002 1 Each Brass Collector, Bag-A-Nut P/N: A8003 Or Equal 0003 1 Each Sticky Mats, Controlled Environment Equipment P/N: CE-CSD184538FBBMNX Or Equal 0004 1 Each Hepa Vac, NILFISK INC P/N: 9055314040 Or Equal Delivery/performance address: KINGSLEY FIELD 221 Wagner Street Klamath Falls, OR 97603 The following provisions and clauses apply to this acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. FAR 52.212-2 -- Evaluation -- Commercial Items. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-7 -- System for Award Management. FAR 52.204-13 -- System for Award Management Maintenance. FAR 52.204-16 -- Commercial and Government Entity Code Reporting. FAR 52.204-18 -- Commercial and Government Entity Code Maintenance. FAR 52.204-22 -- Alternative Line Item Proposal. FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.211-6 -- Brand Name or Equal. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-28 -- Post-Award Small Business Program Rerepresentation. FAR 52.222-3 -- Convict Labor. FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-41 -- Service Contract Labor Standards FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.222-55 -- Minimum Wages Under Executive Order 13658. FAR 52.222-62 -- Paid Sick Leave Under Executive Order 13706. FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information. FAR 52.223-11 -- Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. FAR 52.252-2 -- Clauses Incorporated by Reference. DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7011 -- Alternative Line Item Structure. DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 -- Item Unique Identification and Valuation. DFARS 252.211-7008 -- Use of Government-Assigned Serial Numbers. DFARS 252.213-7000 -- Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7001 -- Buy American and Balance of Payments Program DFARS 252.225-7031 -- Secondary Arab Boycott of Israel. DFARS 252.225-7048 -- Export-Controlled Items. DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 -- Wide Area WorkFlow Payment Instructions. DFARS 252.232-7010 -- Levies on Contract Payments. 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. Submit the price quote information via email to SSgt Joel Sire at joel.a.sire.mil@mail.mil and to SMSgt Jerry Fuls at jerry.e.fuls.mil@mail.mil. Responses to this RFQ must be received via e-mail not later than 12:00 PM Pacific Time on Wednesday 7 March 2018. Oral Quotes will not be accepted. Collect calls will not be accepted. All proposals must be directly submitted by the firm that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a company with the intention of being award "care of" will not be accepted. Award will be based on lowest price technically acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-18-Q-7005/listing.html)
 
Place of Performance
Address: Kingsley Field, Klamath Falls, Oregon, 97603, United States
Zip Code: 97603
 
Record
SN04822487-W 20180216/180214231058-985a0236a66b28db4a268cbe56bbc364 (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.