Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
SOLICITATION NOTICE

J -- Repair & Maintenance of Modular Containerized Small Arms Training Set - Attachments

Notice Date
9/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 152 MSG/MSC, NV ANG, 1776 NATIONAL GUARD WAY, RENO, Nevada, 89502-4494, United States
 
ZIP Code
89502-4494
 
Solicitation Number
W9124X-18-Q-5024
 
Archive Date
10/6/2018
 
Point of Contact
Jason C. Huth, Phone: 7757884662, Alex T. Norris, Phone: 7757884663
 
E-Mail Address
jason.c.huth.civ@mail.mil, alex.t.norris.mil@mail.mil
(jason.c.huth.civ@mail.mil, alex.t.norris.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 5 - Personal Security Questionnaire Attachment 4 - RFQ Cover Page Attachment 3 - Incorporated Provisions and Clauses Attachment 2 - SCA Wage Determination Attachment 1 - Performance Work Statement (i) 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 are being requested and a written solicitation will not be issued. (ii) Solicitation number W9124X-18-Q-50024 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 2005-100 effective 22 Aug 2018 and Defense Federal Acquisition Regulation Supplement Publication Notice 20180824 effective 24 Aug 2018. It is the contractors' responsibility to be familiar with applicable clauses and provisions. (iv) This requirement is solicited as Total Small Business Set-Aside under NAICS 333318, Other Commercial & Service Industry Machinery Manufacturing, small business size standard 1,000 Employees. The Nevada Air National Guard intends to establish a Firm Fixed Price (FFP) contract for the acquisition of Repair & Maintenance of the Modular Containerized Small Arms Training Set (MCSATS), see item description for detailed explanation. (v) Schedule of Supplies/Services : CLIN 0001: MCSATS Repair & Maintenance (Base period) Extended Description: Non-personal services for Repair and Maintenance of the Modular Containerized Small Arms Training Set in accordance with the Performance Work Statement. Period of Performance: 28 September 2018 through 27 September 2019 Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0002: Contractor Manpower Reporting Application (Base period) Extended Description: Contractor Manpower Reporting in accordance with the Performance Work Statement. Period of Performance: 28 September 2018 through 27 September 2019 Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0003: MCSATS Repair & Maintenance (Option period 1) Extended Description: Non-personal services for Repair and Maintenance of the Modular Containerized Small Arms Training Set in accordance with the Performance Work Statement. Period of Performance: 28 September 2019 through 27 September 2020 Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0004: Contractor Manpower Reporting Application (Option period 1) Extended Description: Contractor Manpower Reporting in accordance with the Performance Work Statement. Period of Performance: 28 September 2019 through 27 September 2020 Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0005: MCSATS Repair & Maintenance (Option period 2) Extended Description: Non-personal services for Repair and Maintenance of the Modular Containerized Small Arms Training Set in accordance with the Performance Work Statement. Period of Performance: 28 September 2020 through 27 September 2021 Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0006: Contractor Manpower Reporting Application (Option period 2) Extended Description: Contractor Manpower Reporting in accordance with the Performance Work Statement. Period of Performance: 28 September 2020 through 27 September 2021 Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0007: MCSATS Repair & Maintenance (Option period 3) Extended Description: Non-personal services for Repair and Maintenance of the Modular Containerized Small Arms Training Set in accordance with the Performance Work Statement. Period of Performance: 28 September 2021 through 27 September 2022 Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0008: Contractor Manpower Reporting Application (Option period 3) Extended Description: Contractor Manpower Reporting in accordance with the Performance Work Statement. Period of Performance: 28 September 2021 through 27 September 2022 Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0009: MCSATS Repair & Maintenance (Option period 4) Extended Description: Non-personal services for Repair and Maintenance of the Modular Containerized Small Arms Training Set in accordance with the Performance Work Statement. Period of Performance: 28 September 2022 through 27 September 2023 Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0010: Contractor Manpower Reporting Application (Option period 4) Extended Description: Contractor Manpower Reporting in accordance with the Performance Work Statement. Period of Performance: 28 September 2022 through 27 September 2023 Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ (vi) Provision 52.212-1, Instructions to Offerors : The provision at 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: (a) To assure timely and equitable evaluation of the quotes, vendors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Provide a project synopsis, not to exceed ten (10) pages, describing your technical solution to meet the performance requirements as stated in the Performance Work Statement. Provide completed RFQ Cover Page as provided in attachments. If awarded the contract, the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within seven (7) days. (vii) Provision 52.212-2, Evaluation Factors: The provision at 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 contract resulting from this solicitation to the responsible offeror 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) Lowest Price that meets the salient physical, functional, and/or performance characteristics in accordance with the solicitation and Performance Work Statement. (viii) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Jan 2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (ix) 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. (x) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the provisions and clauses at Attachment 1 apply to this acquisition. (xi) This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating. (xii) NOTICE TO ALL INTERESTED PARTIES: A site visit will be conducted on 13 September 2018 at 10:00 AM PST at the Nevada Air National Guard, Security Forces CATM Classroom, 1776 National Guard Way, Reno, NV 89502. POC is MSgt Mark Lediard. Personnel wishing to attend the site visit must first submit the access questionnaire attached to this solicitation to usaf.nv.152-aw.list.sf-contractor-vetting@mail.mil no later than 10:00 AM PST 12 September 2018. Be sure to include the reason for submission as "Site Walk for Solicitation W9124X-18-Q-5024" and include a single point of contact for your company along with contact information to include phone number. Failure to submit this information in the timeframe specified may result in access being denied. Protection of personnel privacy is a priority for the Nevada National Guard and therefore the aforementioned email address is the only acceptable way to submit questionnaires in a secure manner. Base access questions are referred to the security POC at the same email address. Information provided at this site visit as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications. Terms remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedure relating to the acknowledgment and receipt of solicitation amendments shall apply. The offeror may submit questions requesting clarification of solicitation requirements to the Nevada Air National Guard Contracting Office via email at: usaf.nv.152-aw.list.fal-msc-contracting@mail.mil. It is requested that all questions be received no later than Tuesday, September 18th, 2018 by 1:00 PM PST as all answers to questions must be posted prior to the response date. An amendment will be issued answering all questions received, providing the Government's answers. All responsible sources may submit a quotation which shall be considered by the agency. Respond via email at usaf.nv.152-aw.list.fal-msc-contracting@mail.mil no later than Friday, September 21st, 2018 by 5:00 PM PST. When submitting, please ensure you have included all of the requirements of section (vi)(a) of this combined synopsis/solicitation. (xiii) The POC for this solicitation is: TSgt Alex Norris Mr. Jason C. Huth (775)788-4663 (775) 788-4662 Alex.t.norris.mil@mail.mil jason.c.huth.civ@mail.mil List of Attachments: - Attachment 1: Performance Work Statement - Attachment 2: SCA Wage Determination - Attachment 3: Incorporated Provisions and Clauses - Attachment 4: RFQ Cover Page - Attachment 5: Personal Security Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA26-1/W9124X-18-Q-5024/listing.html)
 
Place of Performance
Address: 1776 National Guard Way, Reno, Nevada, 89502, United States
Zip Code: 89502
 
Record
SN05074940-W 20180908/180906231233-d4aab366d2a79127f1db787ddaf74a12 (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.