Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
SOLICITATION NOTICE

71 -- Office Furniture - Bldg 211 - Statement of Work - Office #2 MSG Office - Office #4 Public Affairs Office - Office #3 Safety Office - Office #5 Legal Office - Office #6 Recruiting Office - Office #1 Command Office

Notice Date
8/28/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 173 MSG/MSC, OR ANG, KINGSLEY FIELD, 223 ARNOLD ST., SUITE 35, KLAMATH FALLS, Oregon, 97603-1937, United States
 
ZIP Code
97603-1937
 
Solicitation Number
W912JV-18-Q-7025
 
Point of Contact
Matthew M. Marshall, Phone: 5418856181
 
E-Mail Address
matthew.m.marshall6.mil@mail.mil
(matthew.m.marshall6.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Office #1 Command Office Office #6 Recruiting Office Office #5 Legal Office Office #3 Safety Office Office #4 Public Affairs Office Office #2 MSG Office Statement of Work 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; proposals are being requested and a written solicitation will not be issued. This solicitation: W912JV-18-Q-7025 is being issued as a Request for Proposal (RFP). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98. The NAICS code is 337214. This requirement is for 6 office areas. The individual office furniture packages are attached and are numbered in order of priority. As for the abbreviated manufacturer's, NBF is National Business Furniture and KNG is Knoll. The furniture packages will be purchased based on available funding and will include installation. Please see attached office furniture packages and Statement of Work. ***All services are to be performed in accordance with the attached Statement of Work*** The location of contract performance is as follows: 173 FW, Building 211 Kingsley Field ANGB, Klamath Falls, Oregon 97603 The following provisions and clauses apply to this acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. Offerors rejecting the terms and conditions may be excluded from consideration. - All proposals shall be sent to MSgt Matthew Marshall via e-mail at matthew.m.marshall6.mil@mail.mil Proposals are required to be received no later than September 18th, 2018, 12:00 PM PST. Oral proposals will not be accepted. Collect calls will not be accepted. All proposals must be directly submitted by the firm that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a company with the intention of being award in "care of" will not be accepted. FAR 52.212-2 -- Evaluation -- Commercial Items. The Government will award a purchase order resulting from this solicitation to the responsible offeror with the lowest price technically acceptable.. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-7 -- System for Award Management. FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel. FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.204-13 -- System for Award Management Maintenance. FAR 52.204-16 -- Commercial and Government Entity Code Reporting. FAR 52.204-18 -- Commercial and Government Entity Code Maintenance. FAR 52.204-22 -- Alternative Line Item Proposal. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-28 -- Post-Award Small Business Program Rerepresentation. FAR 52.222-3 -- Convict Labor. FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-35 -- Equal Opportunity for Veterans. FAR 52.222-36 -- Equal Opportunity for Workers With Disabilities. FAR 52.222-37 -- Employment Reports on Veterans. FAR 52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act. FAR 52.222-41 -- Service Contract Labor Standards. FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.222-55 -- Minimum Wages Under Executive Order 13658. FAR 52.222-62 -- Paid Sick Leave Under Executive Order 13706. FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information. FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- 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 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. FAR 52.252-2 -- Clauses Incorporated by Reference. DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008 -- Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7011 -- Alternative Line Item Structure. DFARS 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 -- Item Unique Identification and Valuation. DFARS 252.225-7048 -- Export-Controlled Items. DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 -- Wide Area Work Flow Payment Instructions. DFARS 252.232-7010 -- Levies on Contract Payments. DFARS 252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel. DFARS 252.243-7002 -- Requests for Equitable Adjustment. DFARS 252.244-7000 -- Subcontracts for Commercial Items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-1/W912JV-18-Q-7025/listing.html)
 
Place of Performance
Address: 173 FW, Building 211, Klamath Falls, Oregon, 97603, United States
Zip Code: 97603
 
Record
SN05059050-W 20180830/180828231033-585bffadba89dab9984cb7dd0e54745c (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.