Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
SOLICITATION NOTICE

59 -- CATV - Statement of Work

Notice Date
9/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 137 MSG/MSC, OK ANG, 5901 AIR GUARD DRIVE, OKLAHOMA CITY, Oklahoma, 73179-1001, United States
 
ZIP Code
73179-1001
 
Solicitation Number
W912L618SOA1370004
 
Point of Contact
Christine M Walker, Phone: 405-686-5348, Kurt A Ennis, Phone: 405-686-5348
 
E-Mail Address
christine.m.walker30.mil@mail.mil, kurt.a.ennis.mil@mail.mil
(christine.m.walker30.mil@mail.mil, kurt.a.ennis.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Oklahoma Air National Guard - Oklahoma City, OK 73179 is seeking CATV Headend System. This combined synopsis/ solicitation was originally posted to GSA Advantage and is 100% set aside for small business IAW FAR 19.502-2(a). If no acceptable offer from a small business concern is received, the small business set-aside shall be withdrawn and the requirement, if still valid, may be made on the basis of full and open competition considering all offers submitted by responsible business concerns, to include large businesses. Award may be made to multiple offerors to include all or part of the items included in the quote to include both GSA schedule and open market quotes. If there is an after hour point of contact, please include in quote. All firms or individuals responding must be registered with the System for Award Management (SAM). All responsive quotes will be considered by the agency. You may download the solicitation and email your quote in. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Invoicing will be required to go through Wide Area Work Flow (WAWF) at https://wawf.eb.mil/ The quantities, units of measure, description and information on the equipment items being requested are listed in the Statement of Work attached to this FBO posting. All questions concerning this combined synopsis and solicitation must be directed to SMSgt Christine Walker and MSgt Kurt Ennis by 0900 hours Central Standard Time on 17 September 2018. All answers to FBO will be posted to this combined synopsis/solicitation Quotes are due by 1500 hours Central Standard Time on 21 September 2018. Quotes need to include the CAGE code of the business submitting the quote. It will be the responsibility of the contractor to ensure quotes are received by the deadline. 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. This solicitation SFSCamera is being issued as a request for quotes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99 which is effective as of 16 July 2018. The following Federal Acquisition Regulation (FAR) provisions and clauses which can be found at http://farsite.hill.af.mil/ and DOD Class Deviations (CD) which can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html apply to this combined synopsis/solicitation: FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 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 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-20 Predecessor of Offeror FAR 52.204-22 Alternative Line Item Proposal FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.211-8 Time of Delivery FAR 52.211-17 Delivery of Excess Quantities FAR 52.219-1 Alternate 1 Small Business Program Representations FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance 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 52.222-50 Combatting Trafficking in Persons FAR 52.223-5 Pollution Prevention & Right To Know FAR 52.223-6 Drug Free Workplace FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan-Certification FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-1 Payments FAR 52.232-8 Discounts for Prompt Payment FAR 52.232-11 Extras FAR 52.232-23 Assignment of Claims 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 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.242-13 Bankruptcy FAR 52.242-17 Government Delay of Work FAR 52.243-1 Changes - Fixed Price FAR 52.247-34 F.o.b. Destination FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) 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 252.203-7003 Agency Office of the Inspector General DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7007 Alternate A, Annual Representations and Certifications DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Work Flow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications "This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government's intent to make award. This is not a commitment of funds or contract award."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA34-1/W912L618SOA1370004/listing.html)
 
Place of Performance
Address: 5921 Mobility Drive, Oklahoma City, Oklahoma, 73179, United States
Zip Code: 73179
 
Record
SN05082039-W 20180912/180910231722-53bdd32f7f27df9fbe4a67659ecbfd25 (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.