Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2018 FBO #6091
MODIFICATION

54 -- Mobile Ballistic Panels

Notice Date
7/26/2018
 
Notice Type
Modification/Amendment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Nebraska, 2433 NW 24th St., Lincoln, Nebraska, 68524, United States
 
ZIP Code
68524
 
Solicitation Number
W91243-18-Q-P026
 
Archive Date
9/4/2018
 
Point of Contact
Patricia H. Lee-Smith, Phone: 4023098294, David S. Rasmussen, Phone: 4023098253
 
E-Mail Address
patricia.h.leesmith.mil@mail.mil, david.s.rasmussen.mil@mail.mil
(patricia.h.leesmith.mil@mail.mil, david.s.rasmussen.mil@mail.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 FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is being issued using Simplified Acquisition Procedures under the authority of 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items.*** ***This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 with a small business size standard of 750 employees.*** *** The NEARNG is seeking to purchase Ninety-Two (92) Mobile Ballistic Panels. These items will be used in office environments to enhance physical security measures.*** ***All interested Contractors shall provide a proposal for the following: Line Item 0001: 92 Mobile Ballistic Panels; which shall meet or exceed the salient characteristics previously provided. Delivery shall be provided no later than 60 days after receipt of an order. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NEARNG Warehouse, 2950 N Park Road, Lincoln NE 68524. Award shall be made to the offeror whose proposal offers the best value to the Government, technical capability, past performance & price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical capability and past performance shall be of equal importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the proposal. Offerors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the offerors recent and relevant procurement history with the Department of Defense. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The Contractor must include the references name, contact person, and contact information in the quotation. *** The full text of a FAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ******The following clauses apply to this acquisition: 1. 52.204-7 Central Contractor Registration; 2. 52.212-4 Contract Terms and Conditions, Commercial Items; 3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items including subparagraphs: a. (5) 52.219-6 Notice of Small Business Set-Aside; b. (14) 52.222-3, Convict Labor; c. (15) 52.222-19 Child Labor, Cooperation With Authorities And Remedies; d. (16) 52.222-21, Prohibition of Segregated Facilities; e. (17) 52.222-26, Equal Opportunity; f. (19) 52.222-36, Affirmative Action for Workers with Disabilities; g. (24) 52.225-1, Buy American Act- Supplies; h. (26) 52.225-13 Restriction on Certain Foreign Purchases; i. (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Additional Clauses:j. 52.232.40, Providing Accelerated Payments to Small Business Subcontractors; k. DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; l. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; m. 252.204-7008, Compliance with Safeguarding Covered Defense Information; n. 252.204-7012, Safeguarding Covered Defense Information and Cyber Incidnet Reporting; o. 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; p. 252.211-7003, Item Unique Identification and Valuation; p. 252.225-7048, Export-Controlled Items; and q. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. ***All offerors shall submit the following: 1) An original and one (1) copy of a proposal which addresses Line Items 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s), 5) A list of three (3) references which includes the contact's name, phone number, and e-mail.*** *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state, The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The offeror shall state, The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25/W91243-18-Q-P026/listing.html)
 
Place of Performance
Address: USPFO Warehouse, 2950 North Park Road, Lincoln, Nebraska, 68524, United States
Zip Code: 68524
 
Record
SN05008273-W 20180728/180726231007-c09f9b91b4788ce0d8aac7af68107c3e (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.