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

99 -- Electric Sign/Marquee - Misc. documents

Notice Date
9/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 413th CSB (W912D0) RCO Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, Alaska, United States
 
ZIP Code
00000
 
Solicitation Number
W912D0-18-R-9618
 
Point of Contact
Rhonda M. Richardson, Phone: 9073537300, Mark A. Puhak, Phone: 9073532463
 
E-Mail Address
rhonda.m.richardson4.civ@mail.mil, mark.a.puhak.civ@mail.mil
(rhonda.m.richardson4.civ@mail.mil, mark.a.puhak.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
description of marquee existing marquee This is a combined synopsis/solicitation for a commercial item prepared in accordance with format in FAR 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. Solicitation number W912D0-18-R-9618 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-100, Effective 22 Aug 2018. This acquisition is set aside 100% for Small Business. The North American Industry Classification Standards (NAICS) code 339950 with a size standard of 500 employees. The contract line item is as follows: ITEM No Supplies/Service Quantity Unit Unit Price Amount 0001 Marquee 1 Job Description: The Government requires the contractor to demolish and dispose of existing 4 signs and provide UL listed four (4) face Multipak LED sign with 10mm color wireless character resolution displays. Signs will be UL Listed and will be approved by owner before ordering. Install signs on tower and connect to electrical circuit within 6 feet of sign. Modify and fabricate framework. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. Evaluation Criteria: Award will be made to the lowest priced vendor meeting the specifications of the requirement. Offerors are required to upload provision FAR 52.212-3 Offeror Representations and Certifications Commercial Items into the System for Award Management (SAM), https://www.sam.gov, before quote is submitted. The Quote must include Solicitation Number, Business size, Cage Code, and address. Delivery: In your quote, indicate the total estimated time to deliver and install the signs. Delivery address is: BLDG 603 1 st St Fort Greely, AK 99731 FOB Destination Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS Clause 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Quote Information: Quote shall be structured to show an Item Number breakdown of the proposed requirement and should reflect a firm fixed-price. Quotes shall be submitted and received no later than 13 September 2018 at 1600 hours (4:00 P.M.) Alaska Standard Time. Quotes shall be emailed to the primary and alternate points of contact listed below. Contract Clauses and Provisions The following are contract clauses and provisions which are incorporated by reference. Full Text may be found at https://www.acquisition.gov/FAR. The following apply to this acquisition: 52.232-18, Availability of Funds 52.204-9, Personal Identity Verification of Contractor Personnel 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 52.212-1, Instructions to Offerors-Commercial Items and any addenda 52.212-2, Evaluation-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items and any addenda 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items; The following FAR clauses cited within are applicable to the acquisition : 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-14, Service Contract Reporting Requirements 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set Aside, (Nov 2011) (15 U.S.C. 644) 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 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 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act-Price Adjustment (Multiple Year and Option) 52.222-55, Minimum Wages Under Executive Order 13658 Contact Information: Rhonda M. Richardson, Contracting Specialist; rhonda.m.richardson4.civ@mail.mil ; (907)353-7300 and Mark Puhak, Contracting Officer; Mark.a.puhak.civ@mail.mil (907) 353-2463.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/45641f86f4dae6125bc0968ba4b9a3b6)
 
Place of Performance
Address: BLDG 603 1st St, Fort Greely, Alaska, 99731, United States
Zip Code: 99731
 
Record
SN05074984-W 20180908/180906231246-45641f86f4dae6125bc0968ba4b9a3b6 (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.