Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2018 FBO #6119
SOLICITATION NOTICE

71 -- Cabinets - Statement of Work

Notice Date
8/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 133 MSG/MSC, MN ANG, 133 LS/LGC, 610 Militia Drive, St. Paul, Minnesota, 55111-4120, United States
 
ZIP Code
55111-4120
 
Solicitation Number
W912LM-18-Q-5026
 
Archive Date
9/25/2018
 
Point of Contact
Mikkael R. Hahn, Phone: 6127132613
 
E-Mail Address
mikkael.r.hahn.mil@mail.mil
(mikkael.r.hahn.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Picture 2 Picture 1 Drawings SOW 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; proposals 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 2005-101. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 337215 applies to this solicitation; business size standard is 500 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. The following is needed: This project involves the work as described herein to be accomplished at the above location, with all labor, equipment, supplies and materials to be provided by the contractor. All work shall be accomplished under environmental conditions appropriate to the nature of the project. Work will comply with all local, state, and federal regulations; to include NEC, EPA, OSHA, Minnesota State Building Codes, as well as USAF and Air National Guard regulations. Work shall include but not necessarily limited to: Provide materials and installation of cabinets in bldg. 641 at the Minnesota Air National Guard. a)Bldg. 641: Cabinet for testing station 1.Overall Cabinet Dimensions: Approx. 30"D x 86"W x 40"H 2.Color: Light Gray (match existing cabinets) 3.Front Plate for mounting: 8" High with reinforced back to mount equipment 4.Open Cabinet Dimensions: Approx. 28"H x 84" W 5.A solid surface counter top will cover entire surface i.Corian/Wilson Art "Or Equal"/Anti-microbial surface - must be impenetrable/non-porous. Counter Top Dimensions: Approx. 30.5"D x 86.5"W ii.Color: Light Gray (match exiting cabinets) 6.Install trim and baseplates around storage assembly to ensure a seamless and finished look 7.Mounting requirements to meet or exceed OSHA requirements. b)Cabinet mounted on top of base cabinet to house self-contained tester equipment. 1.Air Tester Cabinet Dimensions: At least 15.25"W x 13"H i.Cabinet Angle: 45 degrees mounted on counter top 2.Mounting requirements to meet or exceed OSHA requirements. c)Install Aircraft Power Ports and Chemical Defense Blower Mounts 1.Power ports will be installed on front of cabinet, one on left, one on right. 2.Blower mounts will be mounted in close proximity to power ports. 3.Vendor will be provided Power ports and blower mounts upon contract award. Install Locations: 4.Lower Blower Bracket/Power Plug: Mount bracket at 43" on center on top of lower shelf - off kick plate. Mount power plug 4" to the left of bracket. 5.Upper Right Blower Bracket/Power Plug: Mount bracket 12" in from the left edge on front plate. Mount power plug 4" to the right of the bracket. 6.Left Panel Blower Bracket/Power Plug: Mount bracket 6" back from front of cabinet at same height as right bracket. Mount power plug 4" to the left of the bracket. 7.Emergency Oxygen Regulator: Mount at 43" on center on front plate. Mount hose assembly 4" to the left of the regulator. d)Vendor must provide drawings with quote submittal. e)Contractor is responsible for any involvement with lifting or hoisting (man, materials or equipment). This will NOT be the responsibility of the government. f)Disposal of excess materials will be the responsibility of the Contractor. Contractor required to field verify all measurements prior to installation. 5.Warranty: All materials shall be warranted to the highest standards of the industry. SITE VISIT Offerors or quoters are urged to attend this pre-proposal conference/site visit if available. The date of the scheduled site visit will be Thursday, August 30, 2018 at 9:00 AM. Contractors should report to building 641, to meet with Contracting, Civil Engineering, and Aircrew Flight Equipment staff. Please bring something to write with so you can write down any questions you may have. You are requested to submit all of your questions in writing within 2 days of the pre-proposal conference/site visit. Not attending the site visit will not be grounds for claims after award is made. Please submit full name, date of birth, and driver's license state/number to MSgt Mikkael Hahn for any person attending this meeting by Wednesday, August 29, 2018 at 4:00 PM. Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, delivery, and past performance (see 52.212-2 provision). Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Quote instructions: Multiple solutions to the requirement should be offered as alternative quotes and will be evaluated as separate offers. Multiple solutions are encouraged. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Standing quotes may be considered as responsive if in the best interest of the government. Preparing and Submitting your Quote: Response must include drawings and sample material and with quote submittal. Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery/installation dates as well. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. SAM.gov must be active at time of evaluation to be eligible for award. All questions and quotes must be directed to 133 Contracting Officer via email at usaf.mn.133-aw.mbx.contracting@mail.mil. Questions asked within 1 day of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 30 days, if possible. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. ****Reporting**** "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mill. ****Clauses and Provisions**** FAR 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017) FAR 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2016) FAR 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2017) FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) FAR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016) FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) FAR 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (JUL 2016) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 52.204-20 PREDECESSOR OF OFFEROR (JUL 2016) FAR 52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (JUL 2018) FAR 52.207-4 ECONOMIC PURCHASE QUANTITY--SUPPLIES (AUG 1987) FAR 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) FAR 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015) FAR 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2017) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JAN 2017) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS -- ALTERNATE I (OCT 2014) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JAN 2017) FAR 52.212-5 (Deviation) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017) FAR 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014 FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) FAR 52.219-13 NOTICE OF SET-ASIDE OF ORDERS (NOV 2011) FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) FAR 52.222-3 CONVICT LABOR (JUNE 2003) FAR 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) FAR 52.222-26 EQUAL OPPORTUNITY (SEP 2016) FAR 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (FEB 2016) FAR 52.222-37 EMPLOYMENT REPORTS ON VETRANS (FEB 2016) FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) FAR 52.225-18 PLACE OF MANUFACTURE (MAR 2015) FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS (OCT 2015) FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER- SYSTEM FOR AWARD MANAGEMENT (JUL 2013) FAR 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) FAR 52.233-3 PROTEST AFTER AWARD (AUG. 1996) FAR 52.237-1 SITE VISIT (APR 1984) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) DFARS 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) DFARS 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) DFARS 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM--STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) DFARS 252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE BASIC (NOV 2014) (NOV 2014) DFARS 252.225-7031 SECONDARY ARAB BOYCOTT OF ISREAL (JUN 2005) DFARS 252.225-7036 BUY AMERICAN-FREE TRADE AGREEMENT-BALANCE OF PAYMENTS PROGRAM BASIC (DEC 2016) (DEC 2016) DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC (APR 2014) DFARS 252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA (MAR 2000) 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 (End of clause) 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made based Best Value: price, delivery, and technical capabilities of the solicited line item. Price is more important than delivery and technical combined. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-2/W912LM-18-Q-5026/listing.html)
 
Place of Performance
Address: 641 Spitfire Avenue, St. Paul, Minnesota, 55111, United States
Zip Code: 55111
 
Record
SN05054085-W 20180825/180823231856-b7f349e5814cb7ef5f9c782c4187c38b (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.