SOLICITATION NOTICE
J -- Service & Repair of MROD Survivor 35 LA - Performance Work Statement
- Notice Date
- 7/30/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of the Army, National Guard Bureau, 105 MSG/MSC, NY ANG, STEWART ANGB, ONE MILITIA WAY, BLDG 204, NEWBURGH, New York, 12550-5042, United States
- ZIP Code
- 12550-5042
- Solicitation Number
- F9D2MX8162AW01
- Archive Date
- 8/28/2018
- Point of Contact
- Joseph Kugler, Phone: 8455632831
- E-Mail Address
-
joseph.j.kugler.mil@mail.mil
(joseph.j.kugler.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement This is 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; proposals are being requested and a written solicitation will not be issued. Solicitation F9D2MX8162AW01 is being issued as a Request for Quote (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1. This acquisition is being solicited as unrestricted. The North American Industry Classification System (NAICS) code is 221310 with a small business size standard of $27.5 million. Only one (1) award will be made as a result of this combined synopsis/solicitation. The 105th Airlift Wing is seeking service & repair of 9ea Manual Reverse Osmosis Desalinator (MROD) units, NSN 4610-01-313-6086 manufactured by Katadyn North America in accordance with the attached Performance Work Statement. This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2. Award will be made to the acceptable offeror with the lowest evaluated cost or price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose proposal conforms to the solicitation requirements. Quotes are due no later than 2:00 PM EST, 13 August 2018. If there are any questions regarding this requirement, please contact Mr. Joseph Kugler by email: joseph.j.kugler.mil@mail.mil. All interested offerors must be registered in the System for Award Management (SAM) before an award can be made. To register with SAM, log on to https://www.sam.gov. The following provisions/clauses are applicable to this procurement: FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-16 Commercial and Government Entity Code Reporting; 52.204-22 Alternative Line Item Proposal; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-41 Service Contract Labor Standards; FAR 225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site Visit; FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.225-7031 Secondary Arab Boycott of Israel; DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.244-7000 Subcontracts for Commercial Items; Full text clauses may be accessed electronically at http://farsite.hill.af.mil;
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30-1/F9D2MX8162AW01/listing.html)
- Place of Performance
- Address: 105th Airlift Wing, Stewart ANGB, Newburgh, New York, 12550-5075, United States
- Zip Code: 12550-5075
- Zip Code: 12550-5075
- Record
- SN05011809-W 20180801/180730230508-5af5b3dbbe4d0a5c66faea0ba0a86f80 (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 |