SOLICITATION NOTICE
72 -- KITCHEN EQUIPMENT - SOLICITATION
- Notice Date
- 9/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335228
— Other Major Household Appliance Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Mississippi, 144 Military Drive, JACKSON, Mississippi, 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-17-T-0062
- Archive Date
- 10/18/2017
- Point of Contact
- Lisa D Anguizola, Phone: 6013131663
- E-Mail Address
-
lisa.d.anguizola.civ@mail.mil
(lisa.d.anguizola.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SPECIFICATIONS FOR KITCHEN EQUIPMENT W9127Q-17-T-0062: Kitchen Equipment MS Air National Guard, 172nd Airlift Wing This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W9127Q-17-T-0062 is being issued as a Request for Quotes (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-95, effective January 19, 2017. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being set-aside for 100% small business and only qualified offerors may submit quotes. The North American Industrial Classification System Code is 335228 (FSC/PSC 7320) with a size standard of 1000 employees. The United States Property and Fiscal Office for Mississippi-Contracting Office, Flowood, MS intends to issue a fixed price contract. See Specifications for full project description. Scope: Mississippi Air National Guard, 172nd Airlift Wing, in Flowood, MS is requesting KITCHEN EQUIPMENT for Building 129 that is currently being renovated. The contractor shall provide all equipment and delivery of products as described; all equipment shall be commercial grade. Government shall be responsible for set-up & installation. CLIN DESCRIPTION QTY U/M CLIN 0001 CAN STORAGE & DISPENSING RACK 1 EA CLIN 0002 NATURAL GAS RANGE 1 EA CLIN 0003 ICE MAKER & BIN 1 EA CLIN 0004 ICE MAKER ONLY 2 EA CLIN 0005 HD PREP/WORKTABLE,30"x132" 1 EA CLIN 0006 HD PREP/WORKTABLE; 24"x40" 2 EA CLIN 0007 REFRID. EQUIP STAND; 96"L 1 EA CLIN 0008 NATURAL GAS GRIDDLE 2 EA CLIN 0009 HOT BUFFET/SERVING BAR 2 EA CLIN 0010 WARMING CABINET 1 EA CLIN 0011 SALAD/COLD BAR 4 EA CLIN 0012 DISPLAY CASE REFRIDERATED 2 EA CLIN 0013 MOBILE SOAKER SINK 1 EA SUB-TOTAL DELIVERY (IF APPLICABLE) 1 EA DELIVERY SCHEDULE WEEKS Product Delivery: MS ANG, 172nd Airlift Wing 141 Military Drive; Building 129 Flowood, MS 39232-8861 Proposal Submission : This announcement is the solicitation which will result in a firm fixed price contract. Proposals must be submitted on the attached "PROPOSAL FORM" and include itemized price and product information on contractor form or letterhead. Vendor is asked to email notification & proposal to Ms. Anguizola should proposal be posted in FedBizOps. Only one copy is necessary if proposal is hand delivered or mailed; electronic submission is acceptable. All Offers are due by September 18, 2017 NLT 10:00 AM (CST) Send emails to : lisa.d.anguizola.civ@mail.mil Hand Deliver Proposals to: MS ARNG, NGMS-PFC; Attn: Anguizola 144 Military Dr Flowood, MS 39232-8861 Questions and Answers: All questions and answers must be in writing. Email questions to lisa.d.anguizola.civ@mail.mil Questions must be received NLT three workdays prior to closing. Answers will be provided with questions, on a non-attribution basis to all eligible contractors. Basis of Award: A fixed price contract will be awarded to the responsible offeror whose proposal conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process with technically acceptable and price being equal. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFP. The following factors will be used to evaluate the proposals: (1) Technical Acceptability (meet specifications, warranty, and delivery schedule) and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. Government anticipates to award this contract on Wednesday, September 22, 2017. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Award will be made (all or none) to one vendor. SAM is a mandatory requirement for all DoD Government contracts. Interested parties must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/ APPLICABLE CLAUSES/PROVISIONS: FAR 52.203-3 Gratuities FAR 52.204-7, System for Award Management FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-16, 52.204-18 Commercial and Government Entity Code Reporting FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-2, Evaluation-Commercial Items FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.222-55, Minimum Wages Under Executive Order 13658 FAR 52.223-5 Pollution Prevention and Right to Know Information FAR 52.223-14 Acquisition of EPEAT® -Registered Televisions FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6 Authorized Deviations in Clauses DFAR 252.203-7000, 252.203-7005 Requirements Relating to Compensation of Former DoD Officials DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7004, Alternate A, System for Award Management DFAR 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFAR 252.204-7015, Disclosure of Information to Litigation Support Contractors DFAR 252.209-7994, 252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFAR 252.215-7008 Only One Offer DFAR 252.222-7007 Representation Regarding Combating Trafficking in Persons DFAR 252.225-7000, 252.225-7001, Buy American and Balance of Payments Program DFAR 252.225-7012, Preference for Certain Domestic Commodities DFAR 252.225-7002, Restrictions on food, clothing, fabric, hand or measuring tools, and flags. DFAR 252.225-7048 Export-Controlled Items DFAR 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DFAR 252.232-7003, Electronic Submission of Payment Requests DFAR 252.232-7006, Wide Area Workflow Payment Instructions DFAR 252.232-7010 Levies on Contract Payments DFAR 252.247-7022 Representation of Extent of Transportation by Sea FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clauses are applicable: --52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards --52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment --52.219-6, Notice of Total Small Business Set Aside --52.219-28 Post-Award Small Business Program Representation --52.222-3, Convict Labor --52.222-19, Child Labor --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 --52.222-50 Combating Trafficking in Persons --52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving --52.225-13, Restrictions on Certain Foreign Purchases --52.232-33 Payment by Electronic Funds Transfer - System for Award Management --52.233-3 Protest After Award --52.233-4 Applicable Law for Breach of Contract Claim --52.237-1 Site Visit -- 52.237-2 Protection of Government Buildings, Equipment and Vegetation --52.222-41 Service Contract Labor Standards ATTACHMENTS: • Specifications
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-17-T-0062/listing.html)
- Place of Performance
- Address: MS ANG, 172nd Airlift Wing, 141 Military Drive; Building 129, Flowood, Mississippi, 39232, United States
- Zip Code: 39232
- Zip Code: 39232
- Record
- SN04665869-W 20170909/170907232013-89a9906701e3c1f5ab85c932c4b4d828 (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 |