SOLICITATION NOTICE
N -- CAMP MCCAIN DATA DROPS
- Notice Date
- 8/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-12-T-0043
- Response Due
- 9/10/2012
- Archive Date
- 11/9/2012
- Point of Contact
- David A Oglesby, 601-313-1636
- E-Mail Address
-
USPFO for Mississippi
(david.oglesby@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number W9127Q-12-T-0043 is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-60. This solicitation is set aside for small business. NAICS code is 238210 and size standard is $14,000,000. SEE ATTACHED WORD DOCUMENT FOR SCOPE OF WORK. Delivery/installation required not later than 120 days after date of contract. Offer is to be FOB Destination, delivered to Camp McCain Training Site, Attn: SSG Nathan Ward, 3152 James H. Biddy Road, Grenada, MS 38901-8973. The following FAR provisions and clauses apply to this solicitation: 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representation and Certifications-Commercial Items; 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; 52.219-6 -- Notice of Total Small Business Set-Aside; 52.219-28 - Post-Award Small Business Program Rerepresentation; 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; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated by Reference; and 52.252-6, Authorized Deviations in Clauses. The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7004 (Alt A), Central Contractor Registration; 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEV); 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation); 252.225-7000 Buy American Statute--Balance of Payments Program Certificate; 252.225-7001 Buy American and Balance of Payments Program; 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; and 252.247-7023 Alt. III, Transportation of Supplies by Sea-Alternate III. Copy of provisions and clauses are available on the Internet at http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. Qualifying offers must meet the stated specifications. Offerors must have a valid DUNS Number; must be able to receive payments via Electronic Funds Transfer (EFT/Direct Deposit); and must be registered with the System for Award Management database (SAM) (web address for registration: http://www.sam.gov). It is the Government's intent to award a Firm-Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government. Required information and completed offer, to include specifications, warranty information, and descriptive literature may be emailed to David.Oglesby@us.army.mil. Offer must be received no later than 9:00 AM CT, September 10, 2012. All responsible sources may submit an offer, which shall be considered by the agency. Contracting questions may be addressed to LTC David Oglesby at (601) 313-1636 or David.Oglesby@us.army.mil. Technical questions may be addressed to SSG Nathan Ward at (662) 294-0282 or Nathan.Ward1@ng.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-12-T-0043/listing.html)
- Place of Performance
- Address: Camp McCain Training Site 3152 James H. Biddy Road Grenada MS
- Zip Code: 38901-8973
- Zip Code: 38901-8973
- Record
- SN02856947-W 20120829/120828000454-f9cab8ea0e2effd3a58d089c61ea157f (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 |