Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
SOLICITATION NOTICE

42 -- Base Wide Fire Extinguisher Replacement - Fire Extinguisher Locations

Notice Date
8/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY18Q0038
 
Archive Date
11/30/2018
 
Point of Contact
Michael W. Vincent, Phone: 5082336138, George Bernard, Phone: 5082336104
 
E-Mail Address
michael.w.vincent.civ@mail.mil, george.h.bernard.civ@mail.mil
(michael.w.vincent.civ@mail.mil, george.h.bernard.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Fire Extinguisher Locations The US Army Contracting Command, APG, Natick Contracting Division on behalf of the US Army Garrison - Natick, has a requirement for Base Wide Fire Extinguisher Replacement at the Natick Soldier Systems Center, Natick, MA 01760. The Contractor shall provide the following new fire extinguishers as listed by quantity, size, and type: 390 each -10 lb ABC Extinguishers 166 each - 2.5 lb ABC Extinguishers 22 each - 5 lb ABC Extinguishers The Contractor shall ensure all fire extinguishers are equipped with a state inspection tags and shall provide all labor for installation and removal of the existing fire extinguishers base wide. The Contractor is responsible for all labor and travel cost associated with job. The Contractor shall be responsible for the disposal of existing fire extinguishers and provide the Government with a certificate of disposal once completed. This is a combined synopsis/solicitation for supply of commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is W911QY18Q0038 and issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) and Defense Federal Regulation Supplement (DFARS). The North American Industry Classification System is 333999. This requirement is 100% Small Business Set-Aside. The Small Business Size Standard is 500 Employees. SUBMISSION AND EVALUATION OF PROPOSALS: To assure timely and equitable evaluation of the Quote, offerors shall follow the instructions contained herein. Offers shall be submitted as a single electronic package to the Primary Point of Contract (POC) email address no later than the date and time identified within this notice. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The responses shall contain: 1. Bid Schedule, Total Price to include delivery, installation, and removal of existing fire extinguishers: tiny_mce_marker________ 2. Make and Model Number of 2.5 lb, 5 lb, and 10 lb ABC Extinguishers 4. FAR 52.212-3 Alt I -- Offeror Representations and Certifications -- Commercial Items. 5. Provide DUNS Number and CAGE Code with quote. Offers shall be evaluated using Lowest Prices Technically Acceptable criteria IAW FAR 15.101-2 and 52.212-2. Quotes are due 7 Sep 2018 @ 2:00PM. Quotes are to only be submitted via e-mailed to Michael Vincent at michael.w.vincent.civ@mail.mil and George Bernard at george.h.bernard.civ@mail.mil. Contracting Office Address: Army Contracting Command - Aberdeen Proving Ground, Natick Contracting Division 10 General Greene Avenue Natick, Massachusetts 01760-5011 United States Place of Performance: Natick Soldier Systems Center 10 General Greene Avenue Natick, Massachusetts 01760 United States Primary Point of Contact: Michael Vincent Contract Officer michael.w.vincent.civ@mail.mi ph: 508-233-6138 INSURANCE REQUIREMENTS In accordance with clause 52.228-5, incorporated herein, prior to commencing any work at the U.S. Army Soldier System Center in Natick, Massachusetts the contractor shall have and maintain during the entire period of performance under this contract the following minimum amounts of insurance: WORKMEN'S COMPENSATION AND EMPLOYERS LIABILITY - $100,000.00 AUTOMOBILE LIABILITY - $200,000.00 PER PERSON $500,000.00 PER OCCURRENCE $500,000.00 PER OCCURRENCE FOR BODILY INJURY $20,000.00 PER OCCURRENCE FOR PROPERTY DAMAGE GENERAL LIABILITY - $500,000.00 PROVISIONS/CLAUSES: All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil. CLAUSES INCORPORATED BY REFERENCE The following listed FAR clauses apply to this solicitation and are hereby incorporated. 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. (Oct 2016) 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3 - Convict Labor. June 2003) 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jan 2018) 52.222-21 - Prohibition of Segregated Facilities. (APR 2015) 52.222-26 -- Equal Opportunity. (Sep 2016) 52.222-36 - Equal Opportunity for Workers with Disabilities. (FEB 2016) 52.222-41-Service Contract Labor Standards (May 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-62 Paid Sick Leave under Executive Order 13706 (JAN 2017) 52.225-3 - Buy American -Free Trade Agreements - Israeli Trade Act (May 2014) 52.225-13 - Restrictions on Certain Foreign Purchases. (JUN 2008) 52.228-5 - Insurance -- Work on a Government Installation 52.232-8 - Discounts for Prompt Payment. (FEB 2002) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-4 - Applicable Law for Breach of Contract Claim. (SEP 2016) 252.201-7000 Contracting Officer's Representative. (DEC 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (SEP 2013) 252.204-7000 Disclosure of Information. (OCT 2016) 252.204-7002 Payment for Subline Items Not Separately Priced (DEC 1991) 252.204-7003 Control of Government Personnel Work Product. (APR 1992) 252.204-7004 Alternate A, System for Award Management. (DEC 1991) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. (OCT 2016) 252.225-7001 Buy American and Balance of Payments Program. (DEC 2017) 252.225-7002 Qualifying Country Sources as Subcontractors. (DEC 2017) 252.225-7048 Export-Controlled Items (JAN 2018) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (JUN 2012) 252.232-7010 Levies on Contract Payments. (DEC 2006) 252.247-7023 Transportation of Supplies by Sea. (APR 2014) CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2018) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) XXX (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xviii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xix) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ http://www.acquisition.gov/far/ (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo or 2 in 1 Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Inspection/acceptance location: Destination/Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC HQ0490 Issue By DoDAAC W911QY Admin DoDAAC W911QY Inspect By DoDAAC W905JZ Service Acceptor (DoDAAC) W905JZ -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Name Email Phone Job Title James Santoro James.G.Santoro.civ@mail.mil 508.233.4428 WAWF Acceptor David McCrillis David.A.McCrillis.civ@mail.mil 508.233.4365 Alternate WAWF Acceptor Michael Vincent Michael.W.Vincent.civ@mail.mil 508.233.6138 Contracting Officer (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Michael Vincent, Contracting Officer (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Payment Instructions-For Government Use Only The payment office shall allocate and record the amounts paid to the accounting classification citations in the contract using the table below based on the type of payment request submitted (see DFARS 252.232-7006) and the type of effort. For Government Use Only Contract/Order Payment Clause Type of Payment Request Supply Service Construction Payment Office Allocation Method 52.212-4 (Alt I), Contract Terms and Conditions-Commercial Items 52.216-7, Allowable Cost and Payment 52.232-7, Payments under Time-and-Materials and Labor-Hour Contracts Cost Voucher X X N/A Line item specific proration. If there is more than one ACRN within a deliverable line or deliverable subline item, the funds will be allocated in the same proportion as the amount of funding currently unliquidated for each ACRN on the deliverable line or deliverable subline item for which payment is requested. 52.232-1, Payments Navy Shipbuilding Invoice (Fixed Price) X N/A N/A Line Item specific by fiscal year. If there is more than one ACRN within a deliverable line or deliverable subline item, the funds will be allocated using the oldest funds. In the event of a deliverable line or deliverable subline item with two ACRNs with the same fiscal year, those amounts will be prorated to the available unliquidated funds for that year. 52.232-1, Payments; 52.232-2, Payments under Fixed-Price Research and Development Contracts; 52.232-3, Payments under Personal Services Contracts; 52.232-4, Payments under Transportation Contracts and Transportation-Related Services Contracts; and 52.232-6, Payments under Communication Service Contracts with Common Carriers Invoice X X N/A Line Item Specific proration. If there is more than one ACRN within a deliverable line or deliverable subline item, the funds will be allocated in the same proportion as the amount of funding currently unliquidated for each ACRN on the deliverable line or deliverable subline item for which payment is requested. 52.232-5, Payments Under Fixed-Price Construction Contracts Construction Payment Invoice N/A N/A X Line Item specific by fiscal year. If there is more than one ACRN within a deliverable line or deliverable subline item, the funds will be allocated using the oldest funds. In the event of a deliverable line or deliverable subline item with two ACRNs with the same fiscal year, those amounts will be prorated to the available unliquidated funds for that year. 52.232-16, Progress Payments Progress Payment* X X N/A Contract-wide proration. Funds shall be allocated in the same proportion as the amount of funding currently unliquidated for each ACRN. Progress Payments are considered contract level financing, and the "contract price" shall reflect the fixed price portion of the contract per FAR 32.501-3. 52.232-29, Terms for Financing of Purchases of Commercial Items; 52.232-30, Installment Payments for Commercial Items Commercial Item Financing* X X N/A Specified in approved payment. The contracting officer shall specify the amount to be paid and the account(s) to be charged for each payment approval in accordance with FAR 32.207(b) (2) and 32.1007(b) (2). 52.232-32, Performance-Based Payments Performance-Based Payments* X X N/A Specified in approved payment. The contracting officer shall specify the amount to be paid and the account(s) to be charged for each payment approval in accordance with FAR 32.207(b) (2) and 32.1007(b) (2). 252.232-7002, Progress Payments for Foreign Military Sales Acquisitions Progress Payment* X X N/A Allocate costs among line items and countries in a manner acceptable to the Administrative Contracting Officer. *Liquidation of Financing Payments. Liquidation will be applied by the payment office against those ACRNs which are identified by the payment instructions for the delivery payment and in keeping with the liquidation provision of the applicable contract financing clause (i.e., progress payment, performance-based payment, or commercial item financing).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a71ee32832ef92d277666c4ac2e52dc1)
 
Place of Performance
Address: Natick Soldier Systems Center, 10 General Greene Avenue, Natick, Massachusetts, 01760, United States
Zip Code: 01760
 
Record
SN05049668-W 20180824/180822230827-a71ee32832ef92d277666c4ac2e52dc1 (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.