Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2018 FBO #6099
MODIFICATION

83 -- HDT Base-X Shelter and Components

Notice Date
8/3/2018
 
Notice Type
Modification/Amendment
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Nevada, 2452 Fairview Drive, Carson City, Nevada, 89701-6807, United States
 
ZIP Code
89701-6807
 
Solicitation Number
W9124XFY1811186264
 
Archive Date
8/23/2018
 
Point of Contact
Gregory P. Kothman, Phone: 7758877865
 
E-Mail Address
gregory.p.kothman.civ@mail.mil
(gregory.p.kothman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W9124XFY1811186264 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 314910. This requirement is unrestricted and all qualified offerors may submit bids. New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. No Multiple Awards. No multiple awards will be made. Quotes received will be evaluated and awarded on an all-or-nothing basis. Request for Quote. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). This RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 13, whose quote conforms to all of the RFQ's requirements and considered to represent the Best Value to the Government in accordance with the evaluation scheme set forth in this RFQ. Evaluations will be based on lowest price technically acceptable (LPTA), and delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Description: CLIN 0001: Boot, Base-X Dome Door to DRASH Door, Tan. Manufacturer Item: 61BODRASH4TN $______ Quantity: 2 Total Cost: $_______ CLIN 0002: Boot, Connector, End to End, Tan. Manufacturer Item: 61BO01TN $_______ Quantity: 3 Total Cost: $______ CLIN 0003: Boot, Connector, Side to End, Tan. Manufacturer Item: 61BO03TN $______ Quantity: 3 Total Cost: $______ CLIN 0004: Boot, Connector, Side to Side, Tan. Manufacturer Item: 61BO02TN $______ Quantity: 2 Total Cost: $______ CLIN 0005: Boot, End Door 100/200/300 Series to Dome. Manufacturer Item: 61B01DOMETN $______ Quantity: 3 Total Cost: $______ CLIN 0006: Boot, Kit, Open End, 300 Series to Dome. Manufacturer Item: 61B3OEDOMETN $______ Quantity: 3 Total Cost: $______ CLIN 0007: Boot, BX Side Door to Dome Series Door, Tan. Manufacturer Item: 61BO02DOMETN $______ Quantity: 3 Total Cost: $______ CLIN 0008: Shelter, Base-X, 105, 9.5' x 25', Tan. Manufacturer Item: 60105TN $______ Quantity: 1 Total Cost: $______ CLIN 0009: Shelter, Base-X, Dome, Extended, 8D36, 935 Sq Ft. Manufacturer Item: 608D36TN $______ Quantity: 1 Total Cost: $______ CLIN 0010: Shipping to Las Vegas, NV (if applicable as a separate CLIN) $______ Quantity: 1 Total Cost: $______ • This is an unrestricted request for quote. • Brand name or equal accepted. • Offeror must quote all or nothing. • Only new equipment will be accepted. • Offeror must provide drawings/specifications of equal products if not quoting brand name items. • Quoted pricing must include delivery. FOB Destination is preferred. • Offeror must indicate manufacture warranty on all parts, and specify terms and conditions of warranty. PROVISIONS AND CLAUSES FAR 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 full text available. Also, the full text of a clause may be accessed electronically in full text through https://www.acquisition.gov/ FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on Lowest Price Technically Acceptable (LPTA). A LPTA quote is one that meets all the technical aspects while being the lowest price quote. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. 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 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations 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 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - https://www.acquisition.gov/ DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) 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 ALT III, Transportation of Supplies by Sea-Alt III All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information. Offers may obtain information on registration at www.sam.gov. Failure to provide SAM registration may result in your quote being disqualified from consideration. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award. Prospective vendors should visit the SAM website at http://www.sam.gov/start.aspx to register. QUOTES Please provide quotes and related product information (if applicable) to the United States Property and Fiscal Office Purchasing and Contracting Office no later than 5:00 pm (Pacific Standard Time) on 08 August 2018. All information should be sent via email to: gregory.p.kothman.civ@mail.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email at least 72 hours prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA26/W9124XFY1811186264/listing.html)
 
Place of Performance
Address: 17th Sustainment Brigade, 4500 W. Silverado Ranch Blvd, Las Vegas, Nevada, 89139, United States
Zip Code: 89139
 
Record
SN05019718-W 20180805/180803230752-5c6b99bd2ae29dc07f680dbe8a431328 (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.