Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
SOLICITATION NOTICE

71 -- Bldg 6914 Locker - drawings

Notice Date
6/6/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 110 MSG/MSC Contracting, MI ANG, 50 SABER STREET, BATTLE CREEK, Michigan, 49015-5515, United States
 
ZIP Code
49015-5515
 
Solicitation Number
W912JB-16-T-8001
 
Archive Date
7/15/2016
 
Point of Contact
Jonathan D. Bodus, Phone: 2699693363, Daniel Taliaferro, Phone: 2699693364
 
E-Mail Address
jonathan.d.bodus.mil@mail.mil, daniel.t.taliaferro.mil@mail.mil
(jonathan.d.bodus.mil@mail.mil, daniel.t.taliaferro.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Locker layout is in accordance with the attached drawing. Description: (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Quote (RFQ) against solicitation number W912B-16-T-8001 for a commercial items acquisition for the purchasing storage lockers at the 110 th Attack Wing, Battle Creek, MI. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-088 effective16 May 2016. (iv) The North American Industrial Classification System (NAICS) Number is 337215 - Showcase, Partition, Shelving and Locker Manufacturing, Small Business Size Standard 500 Employees. (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): To be considered RESPONSIVE, offeror's must address all CLINs utilizing W912JB-16-T-8001 Proposal Bid Schedule. (vi) Description of requirements for the items to be acquired. CLIN 0001: Furnish and install personal storage lockers in women's locker room in Bldg 6914 at the 110 th Attack Wing, Battle Creek, MI. Lockers shall meet the following minimum requirements: •- 24 EA, 1-tier, 84"H x 15"W x 20"D •- 1-coat hook •- 1-coat rod •- Melamine or laminate finish •- Keyless Entry •- 2mm solid/wood grain trim •- Chrome hardware finish •- AWI compliant CLIN 0002: Furnish and install personal storage lockers in men's locker room in Bldg 6914 at the 110 th Attack Wing, Battle Creek, MI. Lockers shall meet the following minimum requirements: •- 12 EA, 1-tier, 84"H x 15"W x 20"D •- 48 EA, 1-tier, 84"H x 15"W x 18"D •- 18 EA, 1-tier, 84"H x 12"W x 18"D •- 1-coat hook •- 1-coat rod •- Melamine or laminate finish •- Keyless Entry •- 2mm solid/wood grain trim •- Chrome hardware finish •- AWI compliant CLIN 0003: Furnish and install personal storage lockers in open corridor/hallway in Bldg 6914 at the 110 th Attack Wing, Battle Creek, MI. Lockers shall meet the following minimum requirements: •- 84 EA, 2-tier, 84"H x 15"W x 20"D •- 2-coat hooks •- 2-coat rods •- Melamine or laminate finish •- Keyless Entry •- 2mm solid/wood grain trim •- Chrome hardware finish •- AWI compliant NOTE: All locker designs and layouts will conform to the measurements of attached as-built drawing. Please review attachment. NOTE 2: A site visit has been scheduled for 16 Jun 2016 at 1000 for field measurements. Attendance is optional and will not adversely effect proposal consideration. NOTE 3: All questions concerning this solicitation must be submitted in writing to the Contracting Officer NLT than COB 15 Jun 2016 in order to allow adequate time to provide responses. NOTE 4: The Government intends to award a single firm fixed price contract as a result of this solicitation. SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Note to offerors, The Central Contractor Registration (CCR) has been retired and replaced with SAM. In all instances where CCR is referenced you must refer to SAM. (vii) Reservation dates are established in each contract line item, and shall not be altered or adjusted after contract award without approval from the Contracting Officer. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items-(JUN 2008). Clause is amended as follows: •- Offerors shall email their proposals to the following address: jonathan.d.bodus.mil@mail.mil •- Proposals are due to the Contracting Officer NLT: 30 Jun 2016, 12:00pm EST. (x) Provision at 52.212-2, Evaluation-Commercial Items is amended to read: The 110 th Attack Wing is procuring this as a "Best Value" procurement in accordance with the following factors: •- Technical Capability •o Subfactors: •§ Commercial Grade/Durability •§ Durable fasteners •§ Keyless Entry Features •§ Sound Reduction/NRC acoustics •§ Color/Material Aesthetics •- Price •o Submit price per each. •- Past Performance When factors are weighted, technical capability and past performance, when combined, are equal to price. (xi) Contract financing arrangements will not apply. The following additional clauses will apply: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13, SAM FAR 52.212-3 Offeror Representations and Certifications - Offerors must include a completed copy of this provision with this offer; FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (AUG 2009) - Alternate II (MAY 2009), and the following clauses cited within that clause: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995); FAR 52.216-27 Single or Multiple Awards; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219-28 Post Award Small Business Program Re-representation (Apr 2009); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Contract and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-50, Combat Trafficing in Persons FAR 52.222-54 Employment Eligibility Verification (Jan 2009); FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.203-7000, Compensation of Former DoD Officials DFARS 252.203-7002, Whistle Blower Rights DFARS 252.204-7004 (Alt A.) Central Contractor Registration; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.209-7993 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law, J. Courtis, DFARS 252.209-7994 (DEV), Prohibition Against Using FY Funds to Contract with Corporations that have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law, J. Courtis; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7004, Electronic Submission of Payment Requests; DFARS 252.232-7006, WAWF DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; PP, Partial Payments The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. •(i) TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912JB-16-T-8001 are to be submitted via email to jonathan.d.bodus.mil@mail.mil All answered questions will be addressed in the form of a solicitation amendment and will need to be acknowledged in the Vender quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-1/W912JB-16-T-8001/listing.html)
 
Place of Performance
Address: 110th Attack Wing, Bldg 6914, Battle Creek, Michigan, 49037, United States
Zip Code: 49037
 
Record
SN04139563-W 20160608/160606234528-a9e220116b7f50c6ee05d921e233859e (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.