MODIFICATION
16 -- ISU90 Aircraft Containers
- Notice Date
- 8/13/2018
- Notice Type
- Modification/Amendment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 148 MSG/MSC, MN ANG, 4685 Viper St., Duluth, Minnesota, 55811-6012, United States
- ZIP Code
- 55811-6012
- Solicitation Number
- W912LM18Q6051
- Archive Date
- 9/4/2018
- Point of Contact
- Christopher C Fisher, Phone: 2187887242
- E-Mail Address
-
christopher.c.fisher10.mil@mail.mil
(christopher.c.fisher10.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Mod 1: Clarified language removing any reference to Small Business Set-asides. 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99. This combined synopsis/solicitation is full and open. North American Industrial Classification Standard 336413 applies to this solicitation; business size standard is 500 Employees. The Minnesota Air National Guard has a requirement for two ISU90s and plans to issue a firm-fixed price order for the following: CLIN 0001: 2 EA, CONTAINER ISU 90 KCI GEN X DESERT SAND 4 DOOR, 56233000 The 148FW anticipates that this is a sole source requirement due to proprietary specifications for interlocking floor technology embedded in ISU90s for use in military aircraft. We are publicizing this requirement in compliance with FAR 5.102 (a) (6) and FAR 13.106-1(b). If you believe this is in error, please contact the Contracting Officer promptly with specific objections. The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference: FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.211-6, Brand Name or Equal; FAR 52.212‐1, Instructions to Offerors-Commercial Items; FAR 52.212‐2, Evaluation-Commercial Items; FAR 52.212‐3 Alternate I, Offeror Representations and Certifications-Commercial Items; FAR 52.212‐4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222‐21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222‐50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225‐13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-1, Payments; FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-2, Service of Protest; FAR 52.233‐3, Protest After Award; FAR 52.233‐4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Changes - Fixed Price; FAR 52.244-6, Subcontracts for Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252‐2, Clauses Incorporated by Reference; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018), DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203‐7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204‐7004 Alternate A, System for Award Management; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.209-7999, 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 252.211-7008, Use of Government-Assigned Serial Numbers; 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 252.247‐7023, Transportation of Supplies by Sea. Provisions and Clauses for this synopsis/solicitation can be found in full text at http://farsite.hill.af.mil/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-1/W912LM18Q6051/listing.html)
- Place of Performance
- Address: 4685 Viper Street, Duluth, Minnesota, 55811, United States
- Zip Code: 55811
- Zip Code: 55811
- Record
- SN05033917-W 20180815/180813231149-88699a2a48b3880ebc25352b09ff37eb (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 |