Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2018 FBO #6136
SOLICITATION NOTICE

56 -- Commercial 2 Inch Overhead Door - Full Text Provisions and Clauses

Notice Date
9/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 185 MSG/MSC, IA ANG, 2920 HEADQUARTERS AVE., SIOUX CITY, Iowa, 51110-1396, United States
 
ZIP Code
51110-1396
 
Solicitation Number
W912LP-18-Q-7236
 
Point of Contact
Allison N. Harbit, Phone: 7122330512, Mark A. Crombie, Phone: 17122330513
 
E-Mail Address
allison.n.harbit.mil@mail.mil, mark.a.crombie4.mil@mail.mil
(allison.n.harbit.mil@mail.mil, mark.a.crombie4.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Full Text Provisions and Clauses This solicitation, W912LP-18-Q-7236, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100, effective 22 August 2018. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets the minimum specifications. This procurement is set aside 100% for small business. The NAICS code applicable to this requirement is 332321 and the small business size standard is 750 employees. The government evaluation factor for this acquisition is LOW PRICE that meets the minimum essential characteristics. The government plans to award the lowest priced product that meets the minimum essential needs. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial item is requested in this solicitation: MINIMUM SPECIFICATIONS: -0001: Commercial 2 Inch Overhead Door • Color: Sandtone • Door style: Flush • Foam/Insulate: Polyurethane • Thickness: 2" • Exterior Steel: 27 gauge • Interior Steel: 27 gauge • R-Value: 18.0 • Warranty: 10 years • Track configurations: Standard Lift • Track Mounting Details: Reverse Angle Mounted Track • Springs included • Track: 3" • Glass, lites, windows: (4) 24" by 12" windows • Weather Stripping Quantity: 2 EACH * Midland 2" Thermoguard Overhead Door or approved equal SUBMISSION REQUIREMENTS/RFQ TERMS: 1. Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. • Company/Offeror Name: • Company Tax ID Number: • Company P.O.C: • POC Phone Number: • POC E-Mail: • Cage Code or DUNS Number: • Place of Manufacture (REQUIRED): • Anticipated Delivery Time After Receipt of Order (ARO): • F.O.B. (if Origin, please provide cost): • Net Payment Terms (Net 30, unless otherwise noted): 2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below. Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award. 3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov. Vendors must submit the Representations and Certifications from Attachment #1, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. 4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov. Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. 5. This RFQ is subject to DFARS Clause 252.225-7000, (Buy American--Balance of Payments Program Certificate-Basic). Therefore, only quotes that contain products that adhere to this clause and are made in the authorized qualifying countries will be accepted; vendors must document which country their product was manufactured within the table provided within this RFQ below. In accordance with DFARS 225.003 (Definitions) (10) at http://farsite.hill.af.mil/reghtml/Regs/far2afmcfars/fardfars/Dfars/Dfars225.htm? zoom_highlight=qualifying+country#P297_9083, the definition of a "qualifying country" is a country with a reciprocal defense procurement memorandum of understanding or international agreement with the United States in which both countries agree to remove barriers to purchases of supplies produced in the other country or services performed by sources of the other country, and the memorandum of agreement complies, where applicable, with the requirements of section 36 of the Arms Export Control Act (22 U.S.C. 2776) and with 10 U.S.C. 2457. Accordingly, the following are qualifying countries: a. Australia b. Austria c. Belgium d. Canada e. Czech Republic f. Denmark g. Egypt h. Finland i. France j. Germany k. Greece l. Israel m. Italy n. Luxemburg o. Netherlands p. Norway q. Poland r. Portugal s. Spain t. Sweden u. Switzerland v. Turkey w. United Kingdom of Great Britain and Northern Ireland 6. Proposals are due at 2:00 PM Central on Tuesday, 18 September 2018, at: 185ARW/MSC ATTN: MSgt Allison Harbit 2920 Headquarters Avenue Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, e-mail to allison.n.harbit.mil@mail.mil, or FAX to (712) 233-0576. Questions regarding this solicitation may be directed to MSgt Allison Harbit, (712) 233-0512, allison.n.harbit.mil@mail.mil. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instructions to Offerors - Commercial DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations The following clauses are incorporated into this solicitation by reference and will be incorporated into the resulting contract: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses: FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARA 252.225-7000 Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic The following clauses are incorporated by full text and will be incorporated into the resulting contract. The full text is found in Attachment #1, Full-Text Provisions and Clauses: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13-2/W912LP-18-Q-7236/listing.html)
 
Place of Performance
Address: 185th ARW, 2920 Headquarters Ave, Sioux City, Iowa, 51111, United States
Zip Code: 51111
 
Record
SN05080413-W 20180911/180909230049-e019b4b1e72edea6f0cd796f2ba946f2 (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.