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
MODIFICATION

69 -- Heavy Equipment Simulators

Notice Date
8/28/2018
 
Notice Type
Modification/Amendment
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Mississippi, 144 Military Drive, JACKSON, Mississippi, 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q18Q0033
 
Archive Date
9/30/2018
 
Point of Contact
David A. Oglesby, Phone: 6013131636
 
E-Mail Address
david.a.oglesby.civ@mail.mil
(david.a.oglesby.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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; quotes with Open Market Pricing are being requested and a written solicitation will not be issued. This solicitation number W9127Q-18-Q-0033 is issued as a Request for Quote. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-99 effective 16 July 2018 and the Defense FAR Supplement (DFARS) Publication Notice 20180629 dated 29 June 2018. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This solicitation is Unrestricted. The North American Industrial Classification System (NAICS) Code is 333120 with a Small Business Size Standard of 1,250 employees. The United States Property and Fiscal Office for Mississippi - Purchasing and Contracting Division, Flowood, MS intends to issue one (1) firm fixed price purchase order for the following items. See attached for specifications. Basis for award is low price that meets the minimum requirements. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) with a total amount as follows: CLIN 0001: Track Type Tractor (TTT) Simulator, 1 Each CLIN 0002: Motion Platform Package for TTT Simulator, 1 Each CLIN 0003: Mobility Kit for TTT Simulator, 1 Each CLIN 0004: Motor Grader (MG) Simulator, 1 Each CLIN 0005: Motion Platform Package for MG Simulator, 1 Each CLIN 0006: Mobility Kit for MG Simulator, 1 Each CLIN 0007: Small Wheel Loader (SWL) Simulator, 1 Each CLIN 0008: Managers Workstation, 1 Each CLIN 0009: Motion Platform Package for SWL Simulator, 1 Each CLIN 0010: Mobility Kit for SWL Simulator, 1 Each CLIN 0011: AV Power Conditioner, 4 Each CLIN 0012: Security Case, 3 Each CLIN 0013: Headset, 3 Each CLIN 0014: Managers Workstation Printer, 1 Each CLIN 0015: 60 Month Technical Support and Maintenance for TTT, 1 Each CLIN 0016: 60 Month Technical Support and Maintenance for MG, 1 Each CLIN 0017: 60 Month Technical Support and Maintenance for SWL, 1 Each CLIN 0018: Network Patch Cable, 4 Each CLIN 0019: Installation and Training, 1 Each CLIN 0020: Freight to Camp Shelby, MS 39407 MUST MEET OR EXCEED THE ATTACHED SPECIFICATIONS. DELIVERY: 60 days ARO, FOB Destination to Camp Shelby, MS SHIP TO ADDRESS: Training Support Center, Building 6890, Warehouse Ave., Camp Shelby, Mississippi 39407. SUBMISSION REQUIREMENTS: • Vendors must submit company information with their quote to include: Point of Contact (POC), POC phone number, POC email address, company CAGE Code, company DUNS number, and company Tax Identification number. • Vendors must submit the Representations and Certifications with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. • Vendors must have an active registration in System for Award Management (SAM) to be eligible for contract award. Include all applicable fees, including delivery (prepay & add is not acceptable); warranty information; setup and training; and estimated delivery time, if different than requested. OPEN MARKET PRICING IS REQUESTED. BASIS OF AWARD: Basis for award is low price that meets the minimum requirements. A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov/. Quotes must be for items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. This announcement is the solicitation which will result in a firm fixed price contract. Quotes are due no later than 10:00 A.M. Central Time, 31 August 2018, to USPFO-MS, Attn: David Oglesby, Purchasing & Contracting, 144 Military Drive, Flowood, MS 39232-8861. Quotes may be emailed to david.a.oglesby.civ@mail.mil. Questions regarding this requirement must be submitted in writing and NLT three days (28 August 2018) prior to date of RFQ closing. Questions may be addressed to Mr. David Oglesby at david.a.oglesby.civ@mail.mil. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register online, visit https://www.sam.gov. The following FAR provisions and clauses apply: 52.203-3, Gratuities 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-18 Commercial and Government Entity Code Maintenance 52.204-22 Alternative Line Item Proposal 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors-Commercial Items (DEVIATION 2018-O0013) 52.212-3, Offeror Representations and Certifications-Commercial Items--Alternate I 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 (DEVIATION 2013-O0019) 52.215-20, Requirements for Certified Cost or Pricing Data or Information Other Than Certified Cost or Pricing Data 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors Applicable FAR Clauses cited within 52.212-5 are as follows: 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 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-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, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons 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-System for Award Management 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim The following DFARS provisions and clauses apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 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 252.225-7000, Buy American--Balance of Payments Program Certificate-Basic 252.215-7007, Notice of Intent to Resolicit 252.215-7008, Only One Offer 252.225-7031, Secondary Arab Boycott of Israel 252.225-7036, Buy American--Free Trade Agreements--Balance of Payments Program--Basic 252.225-7048, Export-Controlled Items 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 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 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7022, Representation of Extent of Transportation of Supplies by Sea 252.247-7023, Transportation of Supplies by Sea Full text of these provisions may be accessed on-line at https://www.acquisition.gov and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q18Q0033/listing.html)
 
Place of Performance
Address: Training Support Center, Building 6890, Warehouse Ave., Camp Shelby, Mississippi, 39407, United States
Zip Code: 39407
 
Record
SN05060083-W 20180830/180828231459-951a16f66174c498b19751d60c41e2a5 (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.