Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
SOLICITATION NOTICE

99 -- Alaska Highway Signs - Package #1

Notice Date
8/15/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 168 MSG/MSC, AK ANG, 3127 WABASH AVENUE, SUITE 101, EIELSON AFB, Alaska, 99702-1794, United States
 
ZIP Code
99702-1794
 
Solicitation Number
W91ZRU-18-Q-6003
 
Archive Date
9/4/2018
 
Point of Contact
Martin Khan, Phone: 9073778742, Jeffery Porter, Phone: 9073778742
 
E-Mail Address
martin.khan.mil@mail.mil, jeffery.g.porter2.mil@mail.mil
(martin.khan.mil@mail.mil, jeffery.g.porter2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Please review and fill out Attachment 1: PRICING SCHEDULE and other appropriate areas as required. COMBINED SYNOPSIS/SOLICITATION ‘COMBO’:W91ZRU-18Q-6003 168th “Home of…” Street Signs (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) Solicitation W91ZRU6-18-Q-6003 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, effective 16 Jul 2018. The DFARS provisions and clauses are those in effect to DPN 20180629, effective 29 Jun 2018. (iv) This requirement is solicited as a Small Business Set-Aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 237310 with a small business size standard of $36.5M. (v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The Government intends to award a firm-fixed price contract for the following: (vii) Delivery. The Delivery date should be no later than 45 days ADC. (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the quotes, the Offerors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. If awarded the contract the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within two (2) business days. 2. Specific Instructions: The response shall consist of two (2) separate parts: Part 1 – Technical Acceptability – Submit one (1) copy of a technical acceptability explanation that adequately responds to the requirements detailed in the Statement of Objectives, Attachment 2. Part 2 – Price - Submit one (1) copy of price schedule (Attachment 1) along with any applicable additional information. 3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the Best Value IAW FAR 13.106-1 (a) (2). Technical Acceptability, at a minimum, is defined as meeting all of the criteria in the Statement of Objectives and completing the attached pricelist Attachment 1. Price and technical acceptability will be considered. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a purchase order resulting from this solicitation to whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Technical acceptability a. Technical Acceptability will consist of meeting the criteria in the Statement of Objectives and correctly filling out Attachment 1. (2) Price (b) Technical acceptability: The government will evaluate quotes on the basis of whether or not the provided quote is technically acceptable. See pricing schedule for salient characteristics. (c) Price: Total evaluated price. Interested parties are reminded that this is a Best Value procurement and lowest price does not constitute award. (x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Nov2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (Jan 2018), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Vendors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov 2015 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52-222-19 Child Labor-Cooperation With Authorities and Remedies Oct 2016 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-36 Equal Opportunity for Workers with Disabilities Jul 2014 FAR 52.222-41 Service Contract Labor Standards May 2014 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires May 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.222-55 Minimum Wages Under Executive Order 13658 Dec 2015 FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 Jan 2017 FAR 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons Jun 2016 FAR 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners Jun 2016 FAR 52.223-18 Encouraging Vendor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-33 Payment by Electronic Funds Transfer—System for Award Management July 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subvendors Dec 2013 FAR 52.233-3 Protest after Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.252-1 Solicitation Provisions Incorporated by Reference Feb 1998 FAR 52.252-2 Clauses Incorporated by Reference Feb 1998 DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252-203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct 2016 DFARS 252.204-7015 Disclosure of Information to Litigation Support Vendors May 2016 DFARS 252.211-7003 Item Unique Identification and Valuation Mar 2016 DFARS 252.211-7008 Use of Government-Assigned Serial Numbers Sep 2010 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS 252.246-7008 Sources of Electronic Parts DFARS 252.247-7023 Transportation of Supplies by Sea--Basic Apr 2014 (xiii) No additional contract requirements apply to this acquisition. (xiv) This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating. (xv) NOTICE TO ALL INTERESTED PARTIES: Please forward all questions no later than 12:00 p.m. Alaska Time on 17 August 2018. An amendment may be issued answering all questions received, providing the Government’s answers. Offers are due no later than 12:00 p.m. Alaska Time on 20 August 2018. (xvi) The POC for this solicitation is: SSgt Martin Khan Martin.Khan.mil@mail.mil (907) 377-8741 List of Attachments: • Attachment 1: Pricing Schedule (1 page) • Attachment 2: SOO
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-2/W91ZRU-18-Q-6003/listing.html)
 
Place of Performance
Address: Eielson AFB, Eielson AFB, Alaska, 99705, United States
Zip Code: 99705
 
Record
SN05037796-W 20180817/180815230940-159e3e8c3d789657ca905eaf897b9b0b (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.