Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2018 FBO #6142
SOLICITATION NOTICE

N -- DFAC AV Installation - PWS

Notice Date
9/15/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 166 MSG/MSC DE ANG, 2600 SPRUANCE DRIVE, NEW CASTLE, Delaware, 19720-1615, United States
 
ZIP Code
19720-1615
 
Solicitation Number
W912L5-18-Q-5064
 
Archive Date
10/12/2018
 
Point of Contact
Kelly Hess, Phone: 3023233474
 
E-Mail Address
kelly.l.hess3.civ@mail.mil
(kelly.l.hess3.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS for DFAC AV This is a combined synopsis/solicitation for commercial 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. The solicitation number assigned to this action is W912L5-18-Q-5064. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720. The applicable North American Industry Classification System (NAICS) code is 334310, Audio and Video Equipment Manufacturing with a size standard of 750 employees. This acquisition is currently being set aside for a small business, however, in the event there are not enough responses from responsible, capable small businesses, and then large business responses will be considered. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-100 and DPN 20180824. Award will be made based on overall best value to the government. The selected vendor shall provide all materials, labor, transportation, installation and technical expertise necessary to complete this award. An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable. The contractor shall abide by the most current Service Contract Act Wage Determination for New Castle, DE, at the time of this notice the current Wage Determination is WD2015-4215 Rev.6. The Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. The descriptions of the commercial items are: CLIN ITEM QTY PRICE CLIN 0001 AV Install IAW PWS 1 SITE VISIT SCHEDULED FOR 18 SEPTEMBER 2018 AT 10:00 AM EST. DELIVERY DATE: CLIN 0001: 30 Days after approved submittal, AF3000. Place of delivery: Delaware Air National Guard, New Castle, DE 19720-1615 Place of Performance: Delaware Air National Guard, New Castle, DE 19720-1615 Acceptance: Made by the government. SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, CAGE CODE, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing Proposal shall be submitted under company letterhead, with DUNS number, FTID, Company Name, Address and POC included. The proposal shall contain the description of the equipment proposed to complete the specified requirement IAW the PWS posted. The Contracting Officer will evaluate equal products and services on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. VENDOR CERTIFICATIONS: Prior to award, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov. The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of current registration in the SAM database will make an offeror ineligible for award. Submit all offers in response to this synopsis/solicitation to FedBizOpps (FBO). Questions or inquiries received by telephone will not be addressed. Offers received after 12:00PM Eastern on the required date of submission; may not be considered unless determined to be in the best interest of the government. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.204-7 System for Award Management; 52.204-16 Commercial and Government Entity Code Reporting; 52.204-22 Alternative Line Item Proposal; 52.212-1 (CD 2018-O0013) Instructions to Offerors -Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications- Commercial Items; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information retrieval System; 252.225-7036 Buy American-Free Trade Agreements- Balance of Payments Program. The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: Any clause indicated with ** preceding the clause will be incorporated with 52.212-5 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; 52.204-9 Personal Identity Verification of Contractor Personnel; **52.204-10 Reporting Executive Compensation and First Tier Subcontracts; 52.204-18 Commercial and Government Entity Code Maintenance; 52.204-21 Basic Safeguarding of Covered Contractor Information Systems; 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; **52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; **52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (CD 2013-O0019); **52.219-6 Total Small Business Set Aside; **52.219-28 Post-Award Small Business Program Representation; **52.222-3 Convict Labor **52.222-19 Child Labor -Cooperation with Authorities and Remedies; **52.222-21 Prohibition of Segregated Facilities; **52.222-26 Equal Opportunity; **52.222-36 Affirmative Action for Workers with Disabilities; **52.222-37 Employment Reports on Veterans; **52.221-41 Service Contract Labor Standards; **52.222-42 Statement of Equivalent Rates for Federal Hires; **52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment; **52.222-50 Combating Trafficking in Persons; **52.222-55 Minimum Wages Under Executive order 13658; **52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-5 Pollution Prevention and Right to Know Information; **52.223-15 Energy Efficiency in Energy-Consuming Products; **52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; **52.225-1 Buy American Act **52.225-13 Restrictions on Certain Foreign Purchases; **52.232-33 Payment by Electronic Funds Transfer-System for Award Management; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; **52.233-3 Protest After Award; **52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; **52.239-1 Privacy or Security Safeguards 52.252-2 Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses; 252.203-7000 Requirements relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.211-7003 Item Unique Identification and Valuation; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.244-7000 Subcontracts for Commercial Items; 252.246-7003 Notification of Potential Safety Issues; 252.246-7008 Sources of Electronic Parts; 252.247-7023 Transportation of Supplies by Sea; Provisions and Clauses by Full Text: 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: •· Technical Capability •· Past Performance •· Price Technical and past performance, when combined, are equal to price. (b) 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/DAHA07-1/W912L5-18-Q-5064/listing.html)
 
Place of Performance
Address: 2600 Spruance Drive, Building 2803, New Castle, Delaware, 19709, United States
Zip Code: 19709
 
Record
SN05091240-W 20180917/180915230039-845053eabe0c2b15ecf93228329263c7 (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.