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
MODIFICATION

K -- Recruiting and Retention Vehicle Retrofit/Outfit - Amendment 1

Notice Date
6/6/2016
 
Notice Type
Modification/Amendment
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-16-T-0055
 
Archive Date
7/22/2016
 
Point of Contact
Rebecca Fowler, Phone: 4342986206, Susan Swanson, Phone: 434-298-6293
 
E-Mail Address
rebecca.l.fowler6.civ@mail.mil, susan.e.swanson5.civ@mail.mil
(rebecca.l.fowler6.civ@mail.mil, susan.e.swanson5.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W912LQ-16-T-0055 Amendment 0001 This solicitation is being issued as 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; quotes are being requested and a written solicitation will not be issued. Solicitation W912LQ-16-T-0055 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87, effective 06 April 2016. This procurement is being issued as a Small Business Set Aside under NAICS code 811121 with a small business size standard of $7.5 million. The basis for award is best value with the potential for multiple awards. An evaluation factor of $500.00 per award will be used to determine if it is in the best interest of the government to make multiple awards. Reference Federal Acquisition Regulation (FAR) Provision 52.212-2 for additional information. The Virginia National Guard Recruiting and Retention Battalion (RRB) has a requirement to outfit a leased, dark grey, 2016 Jeep Cherokee Trailhawk, as the unit's mobile recruiting platform, also known as (aka) Rolling Thunder. Interested vendors shall provide firm fixed prices (FFP). Interested vendors are not required to quote on both groups, but are required to quote each requirement within a group on the pricing schedule below. The pricing schedule may be used for pricing or contractors may use their own pricing schedule. However, the contractor's pricing schedule must clearly annotate pricing or the words, "not separately priced" or "no cost" for each requirement identified. In addition, each component of the overall line item requirement must be priced. For example, the pricing schedule shows item 0001 as an Audio System. The PWS identifies the components of the Audio System. The contractor's quote shall show pricing for each component as well as a total for line item 0001. GROUP I 0001 Wrap in accordance with (IAW) the Performance Work Statement (PWS) 1 each ________each 0002 Floor mats IAW the PWS 4 each __________each 0003 Headrest covers IAW the PWS 4 each __________each 0004 Delivery and Pickup 2 each __________each 0005 Contractor Manpower Reporting 1 each ___________each GROUP II 0001 Audio System in accordance with (IAW) the Performance Work Statement (PWS) 1 each ________ each 0002 Wheels IAW the PWS 4 each ________each 0003 Tires IAW the PWS 4 each ________each 0004 LED Lights IAW the PWS 1 each _________each 0005 Delivery/Pickup 2 each _______each 0006 Contractor Manpower Reporting IAW with PWS 1 each ________each Submission Requirements: Prospective vendors must submit the following information with their quote package. Failure to provide one or more of the documents may result in the contractor's quote being determined non-responsive and the quote not being further considered for award. a. Completed pricing schedule b. Representations and Certifications. 252.212-3 Alt I and 252.209-7991 c. Drawing/diagram of proposed audio system to include a list of proposed audio system equipment. d. Past performance information for similar types of outfitting/retrofitting completed within the last two years. The information shall include the Organization/Client Name and point of contact (POC) name, phone number and email address for the individual(s) who is familiar with the work completed. e. Pictures of prior wrap designs and installations completed in the past two years. After receipt of quotes, vendors may be required to provide a demonstration of the proposed sound system. Vendors will be contacted a minimum of three (3) calendar days prior to demonstration. All demonstrations must take place at Fort Pickett in Blackstone, VA 23824. Additional details will be provided if a demonstration is required. Vendors will not be reimbursed by the government for the cost of a providing a demonstration. Any reference to solicitation or offer are meant for Request for Quote (RFQ) and quote, respectively. All questions shall be submitted in writing and received prior to 4:00 p.m. ET, June 17, 2016. Questions shall be sent via email to rebecca.l.fowler6.civ@mail.mil. Quotes are due by the time specified in block 8 on page 1 of the attached document unless otherwise amended via a solicitation amendment or directly on the Federal Business Opportunities (https://www.fbo.gov) webpage. The following provisions are incorporated in this solicitation by reference: FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.212-1, Instructions to Offerors - Commercial (Amended to change paragraph (c), Period of acceptance of offers, from 30 calendar days to 60 calendar days, change paragraph (f) to read quotes received after the time and date specified herein may be considered if determined to be in the best interest of the government; however, the government will not consider late quotes after evaluations have commenced and to delete paragraph (h), Multiple Awards) The following clauses are incorporated in this solicitation by reference: FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7997 (Dev), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A, System for Award Management; DFARS 252.204-7008 (Dev), Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.225-7001, Buy American and Balance of Payment Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated in this solicitation by full text. The full text is found in the attachment to this announcement. FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items Alternate I (must be returned with quote); FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials; DFARS 252.203-7996 (Dev), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation; DFARS 252.209-7991 (Dev), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2016 Appropriations (must be returned with quote); The following clauses are incorporated by full text. The full text is found in the attachment to this announcement. FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-49, Service Contract Labor Standards - Place of Performance Unknown FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions As FAR Clause 52.222-41, Service Contract Labor Standards is applicable to this requirement, the contractor must pay each service employee performing work under this contract not less than the minimum wages and fringe benefits in accordance with the applicable wage determination for the state and county in which work will be performed. As work will be performed at the contractor's facility and the location will not be known until time of award, each interested vendor is required to review and price according to the applicable wage determination for their location(s). Wage determinations can be viewed at http://www.wdol.gov/sca.aspx. The wage determination in effect at the time of award for the performance location of the successful contractor will be included in any resulting award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-16-T-0055/listing.html)
 
Place of Performance
Address: To Be Determined, Blackstone, Virginia, 23824, United States
Zip Code: 23824
 
Record
SN04139800-W 20160608/160606234718-a9c148a674eb06c194fcb9db39658746 (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.