Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2015 FBO #4940
SOLICITATION NOTICE

Z -- DFAS Removal and Replacement of Window Blast Film

Notice Date
6/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238150 — Glass and Glazing Contractors
 
Contracting Office
101 MSG/MSC Base Contracting, 101 Glenn Avenue, Suite 493, Bangor, ME 04401-3055
 
ZIP Code
04401-3055
 
Solicitation Number
W912JD-15-Q-2009
 
Response Due
6/19/2015
 
Archive Date
7/31/2015
 
Point of Contact
Daniel A Boone, Jr., 207 404-7419
 
E-Mail Address
101 MSG/MSC Base Contracting
(daniel.boone@ang.af.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. COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for a commercial service prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is W912JD-15-Q-2009 and is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-82 and DFARS Change Notice (DPN) 20150420. This procurement is a 100% Small-Business Set-aside IAW FAR 19.502-2(a). The North American Industry Classification System (NAICS) code is 238150 and the small business size standard is $15,000,000.00. SUBMISSION AND EVALUATION OF PROPOSALS: To assure timely and equitable evaluation of the proposal, offerors shall follow the instructions contained herein. Offers shall be submitted as a single electronic package to the Primary Point of Contract (POC) email address not later than the date and time identified within this notice. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The responses shall consist of four (4) separate parts; Bid Schedule, Delivery Schedule, Technical Information and FAR 52.212-3 Alt I -- Offeror Representations and Certifications -- Commercial Items. Offers shall be evaluated using Lowest Prices Technically Acceptable criteria IAW FAR 15.101-2 and 52.212-2. Award will be made based on the offeror who represents the best value to the Government in terms of technical acceptability and price. The offeror will be considered technically acceptable if there are no exceptions to the requirements in the Statement of Work. The Government reserves the right to award without discussions. The Government reserves the right to award to other than the lowest priced offeror if deemed in the Government's best interests. Payment terms will be Net 30 unless otherwise stated. The following non-personal services are requested in this solicitation; 0001-Non-Personal Services - Provide all supervision, personnel, equipment, transportation, material, and other items and services necessary to perform Remove and Replace Blast Proof Coating on Windows at DFAS in accordance with the Statement of Work (see attached SOW). Defense Finance and Accounting Service (DFAS) 27 Arkansas Road Limestone, ME 04751-6216 F.O.B. - Destination. If Offeror is not able to meet this schedule, the Offeror shall propose an alternative delivery schedule the Offeror can meet. PROVISIONS/CLAUSES: All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil. SITE VISIT Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site Visit will be held at 27 Arkansas Road Limestone ME 04751-6216 on Wednesday, June 10th at 10:30 A.M. EST. Interested attendees must provide an EAL to the Contract Specialist by Wednesday, June 8th at 3:00 P.M. EST. The following listed FAR clauses apply to this solicitation and are hereby incorporated: CLAUSES INCORPORATED BY REFERENCE FAR 52.212-1, Instruction to Offerors Commercial Items. The following addendum is provided to this provision: Quotations submitted shall contain - SOLICITATION NUMBER; COMPANY NAME; ADDRESS; COMPANY POINT OF CONTACT NAME; COMPANY E-MAIL ADDRESS; COMPANY TELEPHONE NUMBER; PROPOSED DELIVERY SCHEDULE; TERMS OF THE EXPRESSED WARRANTY; PRICE; ANY PAYMENT DISCOUNT TERMS AND; ACKNOWLEDGEMENT OF ANY AND ALL SOLICITATION AMENDMENTS. FAR 52.209-6, Protection the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [IAW FAR 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759); d)(2) and (3)); FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights, DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive [IAW DFARS 252.212-7001 the following clauses are hereby incorporated by reference: FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. CLAUSES IN FULL TEXT FAR 52.212-2 -- Evaluation -- Commercial Items. (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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) delivery schedule. (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) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (FEB 2009) ALTERNATE I (APR 2002) See System for Award Management (www.sam.gov) for quote mark Reps and Certs quote mark and include with offer. All firms must be registered in the System for Award Management @ www.sam.gov to be considered for award. The Contract Specialist, MSgt Daniel Boone, may be reached for more information regarding this procurement at (207) 404-7419. All quotes must be sent to MSgt Daniel Boone at Daniel.boone@ang.af.mil; Quotes are required to be received no later than 19 June 2015, 2:00 P.M. EST. Note: Offerors are encouraged to complete the attached Quotation Template provided to ensure that all needed information is included; if a company template or format is used, ensure the information listed on the template is included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17-1/W912JD-15-Q-2009/listing.html)
 
Place of Performance
Address: Defense Finance and Accounting Service (DFAS) 27 Arkansas Road Limestone ME
Zip Code: 04751-6216
 
Record
SN03748711-W 20150603/150601235125-198a3e30e0d9b9184c66c2c7030e4cea (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.