Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2018 FBO #6194
SOLICITATION NOTICE

J -- Crane Inspection and Repair - Statement of Work

Notice Date
11/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 183 MSG/MSC, IL ANG, CAPITOL AIRPORT, 3101 J. DAVID JONES PARKWAY, SPRINGFIELD, Illinois, 62707-5001, United States
 
ZIP Code
62707-5001
 
Solicitation Number
W91SMC-19-Q-7002
 
Point of Contact
Forrest B. Lipe, Phone: 2177571265, Rachel Clark, Phone: 2177571252
 
E-Mail Address
forrest.b.lipe.mil@mail.mil, rachel.e.clark18.mil@mail.mil
(forrest.b.lipe.mil@mail.mil, rachel.e.clark18.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of work for Crane and Hoist repair This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a request for quotation (RFQ). Quotes are being requested and a separate written solicitation will not be issued. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the System for Award Management database @ www.sam.gov and shall be considered for award. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) W91SMC-19-Q-7002. Submit written offers IAW CLIN structure outlined in announcement. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 (effective 06 Nov 2017). This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(b). North American Industrial Classification Standard (NAICS) 811310 -- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and Size Standard of $27.5M applies to this procurement. RFQ Submission For 183d Crane Inspection and Repair: •1. Quotes should conform to the attached statement of work. •2. Please see attached Statement of Work (SOW) for detailed description of requirements. •3. Quotes must be submitted to CMSgt Brent Keller and SSgt Rachel Clark via email at brent.d.keller.mil@mail.mil and rachel.e.clark18.mil@mail.mil NLT 1:00 PM CST, 16 November 2018. •4. The resulting contract will be a Blanket Purchase Agreement for 5 years. •5. All questions should be submitted by email to the contracting office no later than close of business on November 14, 2018 using the Request for Information (RFI) template provided. •6. Billing will be in accordance with the below CLINs. CLIN 0001 Equipment Inspection QTY 1 Job The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services necessary to provide an annual, periodic, and internal gear inspection for the safe operation of the Cranes in compliance with state and federal laws. CLIN 0002 Hourly Labor rate QTY 1 Job The contractor shall provide all labor necessary in accordance with the applicable Service Contract Act wage decision (WD15-50130 Rev 6) or the most updated wage decision and may include travel. CLIN 0003 Materials QTY 1 Job The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services necessary to make crane repairs and ensure compliance with applicable safety standards until replacement parts can be procured. Any used parts replaced by the contractor will be returned to the maintenance supervisor. CLIN 0004 Contractor Manpower Reporting QTY 1 Job In Accordance with Sections 235 and 233a of Title 10, United States Code, the contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Illinois Air National Guard via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://ecmra.mil. The following clauses are incorporated by reference in the solicitation and the resulting contract: 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 Subcontract Awards 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-50 Combatting Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The following clauses are incorporated by full text in the solicitation and the final award: 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.222-19 Child Labor- Cooperation with Authorities and Remedies 52.222-36 Equal Opportunity for Workers with Disabilities 52.252-2 Clauses Incorporated by Reference Fill-in information: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses Fill-in information: Department of Defense FAR Supplement (DFARS) (48 CFR Chapter 2) 252.211-7003 252.232-7006 Wide Area Workflow Payment Instructions Fill-in information to be provided at award. The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award. 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation- Commercial Items 52.212-3 Alt 1 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 252.204-7011 Alternative Line Item Structure 252.225-7031 Secondary Arab Boycott of Israel All potential offerors are reminded that all firms must be registered in the System for Award Management database @ www.sam.gov to be considered for award. Lack of registration in the SAM will make an offeror ineligible for contract award. Quotes must be submitted to CMSgt Brent Keller and SSgt Rachel Clark, via email at brent.d.keller.mil@mail.mil and rachel.e.clark18.mil@mail.mil NLT 1:00 PM CST, 16 November 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-3/W91SMC-19-Q-7002/listing.html)
 
Place of Performance
Address: 183d Wing, 3101 J David Jones Pkwy, Springfield, Illinois, 62707, United States
Zip Code: 62707
 
Record
SN05144008-W 20181108/181106230735-188f9dd261ba46047e496dc9764efb4d (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.