Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2015 FBO #4838
SOLICITATION NOTICE

J -- Remove, rebuild, and re-install Fuel Pump No. 2 and associated motor in building 673 of the Nebraska Air National Base

Notice Date
2/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
USPFO for Nebraska, 2433 NW 24th St., Lincoln, NE 68524-1801
 
ZIP Code
68524-1801
 
Solicitation Number
4346A001
 
Response Due
3/19/2015
 
Archive Date
4/21/2015
 
Point of Contact
Carrie Hancock, 402-309-8255
 
E-Mail Address
USPFO for Nebraska
(carrie.l.hancock2.mil@mail.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 is a combined synopsis/solicitation for commercial items - services prepared in accordance with FAR subpart 12.6. Solicitation number 4346A001 is issued as a request for quotes (RFQ). This procurement is 100% small business set aside. The NAICS code for this acquisition is 238990 and the small business standard is $33.5 Million gross annual profits averaged over a 3 year period. To be considered for award, the offeror must be registered in System for Award Management (SAM), which can be accessed as follows: https://www.sam.gov/portal/public/SAM/. All vendors MUST have a publicly visible registration in SAM. The vendor must include with their offer, the following information: Duns Number, CAGE Code Number, and Federal Tax ID Number. Responses to this solicitation notice shall be sent to carrie.l.hancock2.mil@mail.mil no later than 1300 (1:00PM CT) Thursday, 19 March 2015. Reference the solicitation number, 4346A001 in the subject line when responding to this notice. The United States Property and Fiscal Office (USPFO) for Nebraska, 2433 NW 24th St., Lincoln, NE 68524 intends to award a firm fixed priced contract for the Repair of Fuel Pump #2 and motor at Building 673 on the Lincoln Air National Guard Base, Lincoln, NE 68524 as per the attached REVISED Statement Of Work (SOW) for the Nebraska Air National Guard. See the attached Statement of Work for all CLINs required and requirements of proposal and work to be completed. As required by 10 U.S.C. 2304(1) and 41 U.S.C. 3304(f) the brand name justification for the required parts is published and available with this solicitation. Contractor manpower reporting is required for this acquisition. quote mark The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Nebraska Air National Guard via the 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.mil. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-78, effective on December 26, 2014. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. ) The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation - Commercial Items. The Government will award a firm-fixed price contract resulting from this solicitation, to the responsible offeror whose offer conforming to the requirements of the solicitation will be the Lowest priced technically acceptable offer. The technical factors are as stated in the Statement of Work. Offers that do not comply with the requirements may be removed from the evaluation process. Those offerors that are considered technically acceptable will be evaluated based on price. The lowest priced technically acceptable responsible offer will be awarded the contract. The Government intends to award without discussions, therefore, offerors initial proposal should contain the offerors best terms for price and technical requirements. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer or a statement that all have been completed through with the SAM registration. FAR clause, 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 and the following clauses are all applicable to this acquisition. The following FAR/DFAR clauses and provisions are applicable to this acquisition: 52.202-1 Definitions JAN 2012 52.203-3 Gratuities APR 1984 52.203-5 Covenant against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.204-6 Data Universal Numbering System Number DEC 2012 52.204-7 Central Contractor Registration DEC 2012 52.204-12 Service Contract Reporting Requirements 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-3 Offeror Representations and Certification--Commercial Items DEC 2012 52.212-4 Contract Terms and Conditions--Commercial Items DEC 2014 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JAN 2013 52.213-1 Fast Payment Procedure 52.216-24 Limitation Of Government Liability APR 1984 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-1 Buy American Act--Supplies FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-1 Payments APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Changes--Fixed Price AUG 1987 52.244-6 Subcontracts for Commercial Items DEC 2010 52.246-1 Contractor Inspection Requirements APR 1984 52.246-20 Warranty of Services May 2001 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items MAR 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 Contracting Office Address: USPFO for Nebraska, 2433 NW 24th St., Lincoln, NE 68524 Place of Performance: Lincoln Air National Guard Base, B678, 2400 NW 24th St., Lincoln, NE 68524 US Point of Contact(s): Carrie L. Hancock, 4023098255
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25/4346A001/listing.html)
 
Place of Performance
Address: USPFO for Nebraska 2433 NW 24th St., Lincoln NE
Zip Code: 68524-1801
 
Record
SN03647758-W 20150222/150220234918-ccd1a2a3696438f808fbd4e4fd92cb1b (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.