MODIFICATION
54 -- MOUT Village - Amendment 1
- Notice Date
- 9/6/2018
- Notice Type
- Modification/Amendment
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
- ZIP Code
- 97309-5008
- Solicitation Number
- W912JV-18-Q-7012
- Archive Date
- 9/25/2018
- Point of Contact
- Joel Sire, Phone: 541-885-6181
- E-Mail Address
-
joel.a.sire.mil@mail.mil
(joel.a.sire.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Questions and Answers. 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-7008 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. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 332439 and the small business size standard is 500 EMP. The following commercial items are requested: CLIN 0001 - 17 Each - Modified Conex Containers for Military Operations on Urban Terrain (MOUT) Village ISO CONEX Container based MOUT village in accordance with attached Statement of Work Delivery and assembly must be finished no later than 16 weeks after contract award. The delivery location is as follows: 173 FW 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. - All quotes shall be sent to SSgt Joel Sire via e-mail at joel.a.sire.mil@mail.mil. Quotes are required to be received no later than 10 September 2018, 12:00 PM PDT. Oral quotes will not be accepted. Collect calls will not be accepted. All quotes must be directly submitted by the firm that is intended to be the successful awardee. Quotes 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 contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I. Offerors must fill out and submit completed clause with their proposal. 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 52.203-3 -- Gratuities. FAR 52.203-6 -- Restrictions on Subcontractor Sales to the Government - Alternate I. FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-4 -- Printed or Copied-Double Sided on Post- consumer Fiber Content Paper. FAR 52.204-7 -- System for Award Management. 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 52.209-7 -- Information Regarding Responsibility Matters. FAR 52.209-9 -- Updates of Publicly Available Information Regarding Responsibility Matters. FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-8 -- Utilization of Small Business Concerns 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 52.222-50 -- Combating Trafficking in Persons. FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information. FAR 52.223-15 -- Energy Efficiency in Energy-Consuming Products. FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.228-5 -- Insurance - Work on a Government Installation. FAR 52.232-18 -- Availability of Funds. FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-39 -- Unenforceability of Unauthorized Obligations. FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-2 -- Service of Protest. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference. 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 252.213-7000 -- Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. DFARS 252.225-7001 -- Buy American and Balance of Payments Program. DFARS 252.225-7012 -- Preference for Certain Domestic Commodities. DFARS 252.225-7048 -- Export-Controlled Items. DFARS 252.225-7050 -- Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. DFARS 252.226-7001 -- Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 -- Wide Area WorkFlow 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. Q: How many containers are required? A: 17 each. Please see attached document for additional questions and answers.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-18-Q-7012/listing.html)
- Place of Performance
- Address: Kingsley Field ANGB, Klamath Falls, Oregon, 97603, United States
- Zip Code: 97603
- Zip Code: 97603
- Record
- SN05076358-W 20180908/180906232205-46285d46ca175dd032408d6f4fca0da2 (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 |