Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOLICITATION NOTICE

83 -- FLORIDA NATIONAL GUARD SHELTER SYSTEMS - Salient Characteristics

Notice Date
8/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-18-Q-0021
 
Archive Date
9/6/2018
 
Point of Contact
Deborah U. Bray, Phone: 9048230555, Brian Joseph Williams, Phone: 9048230567
 
E-Mail Address
deborah.u.bray.civ@mail.mil, brian.j.williams9.mil@mail.mil
(deborah.u.bray.civ@mail.mil, brian.j.williams9.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Shelter System Salient Characteristics This is a combined synopsis/solicitation for commercial services 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. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Florida, Purchasing and Contracting Division, St. Augustine, Florida 32084. The solicitation number assigned to this action is W911YN-18-Q-0021 and shall be used to reference any written quote provided under this request for quote (RFQ) and any correspondence. FAR 52.219-6 Notice of Total Small business Set-aside (Nov 2011). This a 100% Total Small Business Set-Aside. The Principle North American Industry Classification system (NAICS) code for this requirement is 314910 with a size standard is 500 employees. The Florida Army National Guard (FLARNG), 53rd Infantry Brigade Combat TE has a requirement for UTS Shelter Support Systems or equal in accordance with attached salient characteristics and following CLINS. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures. The Government intends to place a single, Firm-Fixed Price order without discussions. Therefore, offerors first offer must be their best offer. Do not assume you will be able to revise your offer. General Requirement: In accordance with attached detailed Statement of Work: CLIN 0001: 4 Door Shelter Systems CLIN 0002: Awnings CLIN 0003: Boot Connectors (UTS to HMVEE) CLIN 0004: Lights, General Purpose with Cases CLIN 0005: Wooden Crates / Storage containers NOTE: If a contractor does not submit the required information, their quote will not be considered for award and determined technically unacceptable unless determined to be in the best interest of the government. All contractors must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. WAWF clause with instructions will be provided at time of award. The Government will not provide contract financing for this acquisition. All questions regarding this solicitation must be submitted by email to Deborah.u.bray.civ@mail.mil and brian.j.williams9.mil@mail.mil NLT 2 p.m. on 14 Aug 2018. Submit offers in response to this synopsis/solicitation through email to Deborah.u.bray.civ@mail.mil and brian.j.williams9.mil@mail.mil NLT 2 p.m., 21 Aug 2018. Offers received after 2 p.m. Eastern Time on the required date of submission, 21 August 2018, may not be considered unless determined to be in the best interest of the government. The Government intends to award a contract resulting from this request for quotation to the responsible offeror whose quotation results in the "best value" to the Government, considering both price and non-price factors. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. FAR Provision 52.212-2 Evaluation - Commercial Items, applies to this acquisition and the following evaluation is applicable: The following factors will be used to evaluate quotations: 1) Pricing, 2) Technical Capabilities 1. Pricing of CLINS 0001 - 0005. The Government will evaluate offers for award purposes by the total price for each of the CLINs. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. 2. Technical Capabilities - Proposal detailing Contractors offered product and how it will meet or exceed the requirement salient characteristics. Provide any specifications, floor plans, packaging, warranties etc. Submittal Requirements: Submit the following in order to be considered for award. 1. Detailed Pricing of CLINS 0001 through 0005 2. Any specifications for all components being offered. 3. Any Warranties and coverage. 4. Representations and Certifications, in accordance with FAR 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. 5. Include the following on your quote: - Point of Contact name, phone number and email. - Solicitation Number - DUNS Number - Cage Code - Tax ID Number 6. Delivery Time This combined synopsis/solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-95 (19JAN2017) The following provisions are included for the purposes of this combined synopsis/solicitation: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7-System for Award Management; 52.204-16 Commercial and Government Entity code Reporting 52.204-20 Predecessor of Offeror 52.204-22 - Alternative Line Item Proposal 52.209-5 Certification Regarding Responsibility Matters. 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2016); Evaluation in accordance with FAR 13.106 based on price, delivery schedule and suitability to meet Government need. 52.212-2 Evaluation-Commercial Items. 52.212-3 ALT I -- Offeror Representations and Certifications -- Commercial Items; 52.219-1 Small Business Program Representation. 52.222-18 Certification Regarding Knowledge of Child labor for Listed End Products. 52.222-22 Previous Contracts and Compliance Reports. 52.222-25 Affirmative Action Compliance 52.222-38 Compliance with Veterans' Employment Reporting Requirements. 52.252-1-Provisions Incorporated by Reference (http://farsite.hill.af.mil); 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7004-Alternate A, System for Award Management; 252.204-7011 Alternative Line Item Structure; 252.225-7000-Buy American-Balance of Payments Program certificate 252.225-7031-Secondary Arab boycott of Israel; 252.247-7022-Representation of Extent of Transportation by Sea The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting award: 52.203-3-Gratuities 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-10-Reporting executive Compensation and First Tier Subcontract Awards 52.204-18-Commercial and Government Entity code Maintenance 52.204-19-Incorporation by Reference of Representations and Certifications 52.204-21-Basic Safeguarding of Covered Contractor Information Systems; 52.209-6-Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10-Prohibition on Contracting with Inverted Domestic Corporations 52.212-4-Contract Terms and Conditions-Commercial Items; 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev.); 52.219-6-Notice of Total Small Business set-aside 52.219-8-Utilization of Small Business Concerns 52.219-14-Limitations on Subcontracting 52.219-28-Post-Award Small Business Program Rerepresentation; 52.222-3-Convict Labor; 52.222-19-ChildLabor-Cooperation with Authorities and Remedies; 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; 52.222-40-Notification of Employee rights Under the National Labor Relations Act 52.222-50- Combating Trafficking in Persons; 52.223-5-Pollution Prevention and Right to Know Information; 52.223-18-Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-40-Providing Accelerated Payments to Small Business Subcontractors; 52.233-3-Protest After award; 52.233-4-Applicable Law for Breach of Contract Claim; 52.252-2-Clauses Incorporated by Reference; 52.252-6-Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002-Requirement to Inform Employees of Whistleblower Rights; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003-Item Unique Identification and Valuation; 252.211-7008-Use of Government assigned Serial Number 252.225-7001-Buy American and Balance of Payments Program; 252.225-7012-Preference for Certain Domestic Commodities 252.225-7048-Export Controlled Items 252.232-7003--Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006-Wide Area Workflow Payment Instructions; 252.232-7010--Levies on Contract Payments. 252.244-7000-Subcontracts for Commercial Items 252.247-7023-Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-18-Q-0021/listing.html)
 
Place of Performance
Address: HHC 53rd Inf., Pinellas Park, Florida, 33782, United States
Zip Code: 33782
 
Record
SN05024375-W 20180809/180807231350-5ad7c1f24213d2ccb3c024e17d36eb91 (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.