Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2015 FBO #4950
SOLICITATION NOTICE

35 -- SHADES FOR AIR TRAFFIC CONTROL TOWER

Notice Date
6/11/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337920 — Blind and Shade Manufacturing
 
Contracting Office
USPFO for South Carolina, 9 National Guard Road, Columbia, SC 29201-4763
 
ZIP Code
29201-4763
 
Solicitation Number
W912QG15T0519
 
Response Due
6/30/2015
 
Archive Date
8/10/2015
 
Point of Contact
John Wilkes, 803-647-8387
 
E-Mail Address
USPFO for South Carolina
(john.w.wilkes.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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. The solicitation number assigned to this action is W912QG-15-T-0519. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 169 MSG/MSC, McEntire JNGB, SC 29044. This acquisition is being set-aside exclusively for Small Business concerns. In the event of insufficient small business participation, the government reserves the right to make an award on an unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 337920, with a size standard of 500 employees. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-82 dated 6 June 2015 and Defense Acquisition Circular (DAC) 97-27 DPN 20150602. The South Carolina Air National Guard's requirement is to provide and install Air Traffic Control Tower (ATCT) Shades. The contractor shall provide all management, labor, tools, equipment, transportation, materials, and parts necessary to provide and install sun FAA approved sun shades in the ATCT at McEntire JNGB, SC as set forth in the Specifications Documents and resulting contract. The Primary shades shall be dark, heavy duty, F72 SR shades by Plastic-View, Simi Valley, CA (800) 468-6301 or approved equal. The Secondary shades shall be of DS 8 SR material by Plastic-View, Simi Valley, CA, or FAA approved equal. The Specifications Document is attachment #2 to this combined synopsis/solicitation. It is the offerors' responsibility to be familiar with the applicable clauses and provisions. The Government intends to place a Single, Firm-Fixed Price contract without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. SUBMISSION GUIDELINES: Submitted quotes must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) completion of the provisions 52.212-3 and 252.212-7000; (5) details of services to be provided for each requirement identified with pricing. (6) proposal should be submitted under company letterhead, with DUNS number, FTID, company Name, Address and POC included. Submit all offers in response to this synopsis/solicitation to the Point of Contact MSgt John Wilkes; either electronically at: 169FW.MSC@ang.af.mil or via facsimile at: (803) 647-8487. Please submit any requests for additional information, technical data, or a site visit in writing by email to the aforementioned (questions or inquiries received by telephone will not be addressed). No dates are set for site visit. Site visits will be made on an individual offeror basis. Deadline for questions and site visit requests is 4:00pm Eastern on 19 June 2015. Offers received after 4:00pm Eastern on the required date of submission 30 June 2015 may not be considered unless determined to be in the best interest of the government. (a) Insert proposed prices in the Pricing Schedule provided below. (b) Complete the necessary fill-ins and certifications in provision 52.212-3section (b) and 252.212-7000 (provided below) and return along with your cost proposal. (c) There is no additional requirement to submit a history of past performance on similar projects. Past Performance will be evaluated utilizing a combination of information obtained from the Past Performance Information Retrieval System (PPIRS), and the Federal Awardee Performance and Integrity Information System. (d) Prior to award, the vendor must be registered and have completed online representations and certifications in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (e) This contract is subject to the McNamara-O-Hara Service Contract Act.. The applicable Wage Determination in effect at the time of contract award will be incorporated into the subsequent contract and utilized for each task order issued. Current rates can be found at the following website: www.wdol.gov. The following provisions are included by reference for the purposes of this combined synopsis/solicitation: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation-Commercial Items: Evaluation will be in accordance with FAR 13.106-1 and is based on Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration; 52.252-1 Provisions Incorporated by Reference (http://farsite.hill.af.mil). 52.204-9 Personal Identity Verification of Contractor Personnel: 52.237-1 Site Visit: 52.219-6 Notice of Total Small Business Set-Aside The following clauses are included for the purposes of this combined synopsis/solicitation and the most current versions will be incorporated into any resulting order: 52.204-10 Reporting Executive Compensation and First Tier Subcontracts; 52.204-99(Dev) System for Award Management Registration (Deviation); 52.209-6 Protecting the Government's Interest when Subcontracting with Debarred or Suspended Contractors; 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 (Dev.); 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; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-41 Service Contract Act 0f 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-50 Combating Trafficking in Persons; 52.223-5 Pollution Prevention and Right to Know Information; 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-Central Contractor Registration; 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;; 52.252-2 Clauses Incorporated by Reference, http://farsite.hill.af.mil; 52.252-6 Authorized Deviations in Clauses; 252.201-7000 Contracting Officers Representative; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dev.); 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.225-7001 Buy American and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.247-7023 Transportation of Supplies by Sea;.252.247-7024 Notification of Transportation of Suuplies by Sea GENERAL SUBMITTAL REQUIREMENTS: Submit TOTAL price for following CLIN as outlined in the Statement of Work (Attachment 01), the ATCT Specifications (Attachment 02), and in the specified approximate sizes (Attachment 03). CLIN 0001: Primary ATCT Shades to include installation $_____________ Job Primary Shades shall be dark, heavy duty, F72 SR shades by Plastic-View, Simi Valley, CA (800) 468-6301 or approved equal. CLIN 0002: Secondary ATCT Shades to include installation $______________Job Secondary Shades shall be of DS 8 SR material by Plastic-View, Simi Valley, CA (800) 468-6301, or FAA approved equal. The following provisions are included by full text and must be completed and returned along with the cost proposal: 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (APR 2012) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] (End of provision) 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUN 2005) (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it- (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term quote mark supplies quote mark is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___________Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA38/W912QG15T0519/listing.html)
 
Place of Performance
Address: McEntire JNGB 1325 South Carolina Road Eastover SC
Zip Code: 29044
 
Record
SN03761058-W 20150613/150611234903-60c0b26fb15379c6c027996e6529298b (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.