SOLICITATION NOTICE
J -- Repair Damaged M915A2 Line Haul Tractor Truck - W912LP-18-Q-6009 Attachments
- Notice Date
- 8/8/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa, 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- W912LP-18-Q-6009
- Archive Date
- 9/6/2018
- Point of Contact
- Vicky L. Williams, Phone: 5152524615
- E-Mail Address
-
vicky.l.williams10.civ@mail.mil
(vicky.l.williams10.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 4 - Wage Determination Attachment 3 - Contractor Information and Pricing Schedule Attachment 2 - Full Text Provisions and Clauses Attachment 1 - Performance Work Statement (PWS) 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, W912LP-18-Q-6009, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99-1, effective 16 Jul 2018. This procurement is a 100% Small Business set-aside. The NAICS code is 811121 and the small business size standard is $7.5 million. Basis for award is Price. The government intends to award to the vendor whose quote, conforming to the requirements of this solicitation, represents the lowest price. The following commercial services are requested in this solicitation: Item 0001. Repair damaged M915A2, Line Haul Tractor Truck, in accordance with (IAW) the Performance Work Statement (PWS). Reference Attachment #1. (1 Job) Item 0002. Contractor Manpower Reporting IAW the PWS. Reference Attachment #1. (1 Job) The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instructions to Offerors - Commercial Item DFARS 252.204-7011, Alternative Line Item Structure The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information to Litigation Support DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 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 The following provisions are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials The following clauses are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Department of Labor Wage Determination (WD) Number 2015-4989, Revision 8, dated 7/3/2018 (reference Attachment #4), is incorporated into this solicitation and will incorporated into the resulting contract, unless contractor checks the certification in FAR 52.212-3, paragraph (k)(2) and/or FAR 52.222-52 in their System for Award Management (SAM) representations and certifications. NOTE1: Contractors must have a current, active System for Award Management (SAM) registration to be eligible for award. Register or check status of your registration at http://www.sam.gov. Contractors will need to review their SAM registration and read the ALERT notice at the SAM Home Screen. If you are not registered, or if your registration expires within the next 60-days, start the process of registering/updating of your registration now as it may take a minimum of two weeks from receipt of the notarized letter to complete the registration/update. You MAY submit a quotation before your registration is complete; however, will need to be registered before a contract can be awarded. NOTE 2: Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within the Wide Area WorkFlow (WAWF) e-Business Suite at https://wawf.eb.mil ; and will receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. WAWF/iRAPT is a web-based application that is publicly available and FREE to use. Submission Requirements - the following documents/information must be submitted with the quotation: Attachment #3, Contractor Information and Pricing Table Quotations are due at 11:00 a.m. local (central) time on 22 August 2018. Quotations may be posted to FBO, submitted via e-mail to Ms. Vicky Williams, vicky.l.williams10.civ@mail.mil or faxed to (515) 252-4617. Questions regarding this solicitation may be directed to Ms. Vicky Williams, at (515) 252-4615 or to the email address identified above. Attachments: #1 - Statement of Work (SOW) #2 - Full Text Provisions and Clauses #3 - Contractor Information and Pricing Table #4 - Wage Determination
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-18-Q-6009/listing.html)
- Place of Performance
- Address: Vendor Facility within driving proximity of, Mason City, Iowa, 50401, United States
- Zip Code: 50401
- Zip Code: 50401
- Record
- SN05027642-W 20180810/180808231531-659cfc22deb744000576a4fe67a86ed3 (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 |