MODIFICATION
59 -- 299 NOSS Conference Room Audio/Visual Refresh
- Notice Date
- 8/3/2018
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, 184 MSG/MSC, KS ANG, 52955 JAYHAWK DRIVE, SUITE 153, McCONNELL AFB, Kansas, 67221-9013, United States
- ZIP Code
- 67221-9013
- Solicitation Number
- W912JC-18-Q-5002
- Archive Date
- 8/30/2018
- Point of Contact
- Gary Lee Owens, Phone: 3167597589, Darin L Brun, Phone: 3167597591
- E-Mail Address
-
gary.l.owens36.mil@mail.mil, darin.l.brun.mil@mail.mil
(gary.l.owens36.mil@mail.mil, darin.l.brun.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; The solicitation number for this procurement is W912JC-18-Q-5002 and is issued as a Request for Quotation (RFQ). this is a Request for Quotation (RFQ) and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. The NAICS is 334310, Audio and Video Equipment Manufacturing. The Small Business Size Standard for this NAICS code is 750 Employees. This acquisition shall be available as a total small business set aside. Period of Performance: 30 Days Description: See attached Statement of Work (SOW) List of Attachments: a) Attachment I, Statement of Work, 19 July 2018 b) Attachment II, Bid Sheet c) Attachment III, Instruction to Offerors d) Attachment IV, FAR 52.228-5 Insurance Requirements A site visit is scheduled for 9 August 2018 at 1:00 P.M. CST. All contractor's interested in attending the site visit should contact Gary Owens at gary.l.owens36.mil@mail.mil or 316-759-7589 NLT 8 August. A designated off base location will be the established meeting point for all contractors and transportation will be provided upon request. All questions are due by 13 Aug 2018, 10:00 AM CST to POC's listed below. All offerors must be registered in System for Award Management (SAM). Information concerning SAM requirements may be viewed via https://www.sam.gov/portal/SAM/#1 or by calling the Federal Service Help Desk at 1-866-606-8220 Quotes shall be provided on the attached bid sheet, signed, dated and submitted by 15 Aug 2018, 10:00 AM CST to both point of contacts listed below. The Offeror is responsible for ensuring the quote is received by the Government by the due date and time specified above. Failure to send quotes to both POCs or verify receipt of the quote may result in not being considered foraward. Email submissions of proposals WILL be accepted. Send emails to: gary.l.owens36.mil@mail.mil& darin.l.brun.mil@mail.mil Facsimile proposals WILL NOT be accepted. Hand Deliver Proposals to: Mr. Gary Owens 52955 Jayhawk Dr. Bldg. 65 Room 153, McConnell AFB, Ks 67221 Tel: 316-759-7589 The following clauses and provisions apply to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) Award will be made to the Lowest Priced Technically Acceptable (LPTA) responsible bidder whose quote conforms to the RFQ. (End of Provision) The following FAR clauses and provisions are applicable to this acquisition: FAR 52.203-3 Gratuities FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7 System for Awards Management FAR 52.204-9 Personal Identity Verification of Contract Personnel FAR 52.204-13 Systems for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-20 Predecessor of Offeror FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-3 Offeror Representations and Certifications - Commercial Items 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. The following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.204-10 Reporting on Subcontracting Awards FAR 52.209-6 Protecting Government's Interest FAR 52.219-6 Notice of Total Small Business Set-aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Representation 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 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-40 Notification of Employee Rights FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-54 Employment Eligibility FAR 52.222-55 Minimum Wages Under Executive Order 13658 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 FAR FAR 52.228-5 Insurance -- Work on a Government Installation FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.246-4 Inspection of Services - Fixed Price FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.232-18 Availability of Funds The following DFARS clauses and provisions cited are applicable to this solicitation: 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 252.204-7003 Control of Government Work Product DFARS 252.204-7004 Alt A System for Award Management DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.232-7003 Electronic Submission of Payments DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7007 Limitation of Government's Obligation DFARS 252.232-7010 Levies on Contract Payments
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14-2/W912JC-18-Q-5002/listing.html)
- Place of Performance
- Address: 184 IW, McConnell, AFB, Wichtia, Kansas, 67221, United States
- Zip Code: 67221
- Zip Code: 67221
- Record
- SN05020815-W 20180805/180803231205-5c0238715b7b83b27170fbae2d37dc76 (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 |