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

J -- Furnish and Install Variable Frequency Drives - Wage Determination - Performance Work Statement (PWS) - Provisions & Clauses - Base Access Request

Notice Date
9/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of the Army, National Guard Bureau, 102 MSG/MSC, MA ANG, 158 REILLY STREET, RM 228, BOX 8, OTIS ANG BASE, Massachusetts, 02542-5028, United States
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV18Q6019
 
Archive Date
10/5/2018
 
Point of Contact
Kirk B. Wetherbee, Phone: 5089684977, Kerry A. Wells, Phone: 5089684978
 
E-Mail Address
kirk.b.wetherbee.mil@mail.mil, kerry.a.wells2.civ@mail.mil
(kirk.b.wetherbee.mil@mail.mil, kerry.a.wells2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Base Access Request Provisions & Clauses PWS Attachment 1 Performance Work Statement (PWS) Wage Determination 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; offers are being requested and a written solicitation will not be issued. The solicitation number assigned to this announcement is W912SV-18-Q-6019. This solicitation is issued as 100% Total Small Business Set-Aside; the associated North American Industry Classification System (NAICS) code is 221310 and size standard is $27.5 Million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-100 effective 22 Aug 2018 and DFARS Publication Notice 20180824 effective 24 Aug 2018. 1. Services non-personal. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform the following: LINE ITEM 0001: Furnish and install variable frequency drives (VFD) in accordance with the Performance Work Statement (PWS). QUANTITY: 3 EA LINE ITEM 0002: Contractor Manpower Reporting (CMR) in accordance with PWS. QUANTITY: 1 EA //END LINE ITEMS// 2. EVALUATION FACTORS: 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: Low Price Technically Acceptable (LPTA). The offeror's technical proposal shall be evaluated on an Acceptable/Unacceptable basis. Offerors who rate unacceptable in Technical will be removed from further consideration for award. Price will be evaluated to determine reasonableness of the proposed price. Unreasonable offers cannot be selected for award. Technical Proposal. Submit a technical proposal that indicates how your company will perform to the Performance Work Statement (PWS). There are ten (10) individual areas identified in section five (5) of the PWS; paragraphs 5.1 - 5.10. Please include the following with your quotation for the purposes of technical evaluation; 1) specification sheets for all major hardware, 2) a schedule indicating number of days required to complete the project, and 3) the design approach for each area. ACCEPTABLE: Proposal meets the requirements of the solicitation. UNACCEPTABLE: Proposal does not meet the requirements of the solicitation Past Performance: Please include in your proposal three (3) references for recent and relevant projects similar in scope to this project. Recent projects would include similar projects within the past three years. Relevant projects would include the completion of projects that are similar in scope; VFD maintenance and installation. The Government will evaluate the quality, timeliness, management and safety of the offeror's past performance. The references do not have to be government contracts. Past Performance will be rated on an acceptable or unacceptable basis using the following: Acceptable: Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable: Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable." 3. ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. 4. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached provisions and clauses document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. Provisions and clauses applicable to this requirement can be viewed on attachment "A07 Provisions & Clauses." 5. SUBMITTAL REQUIREMENTS: In addition to submitting your quote and past performance information, please include the following: Company Name, Address, Point of Contract information, Cage Code, DUNS Number, Federal Tax ID, Business size, and Payment Terms. 6. SITE VISIT: A site visit is scheduled at Otis ANGB, MA for Thursday, 13 September 2018 at 1000 EST (10:00AM EST). Please fill out the attached access form (A07 JBCC Base Access) with the names that require access. Return a copy to kirk.b.wetherbee.mil@mail.mil for processing. a. In accordance with FAR 52.237-1 (Site Visit), offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 7. Quotes (to include Submittal Requirements mentioned above) must be submitted via email no later than (NLT) the date and time specified to kirk.b.wetherbee.mil@mail.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and is submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to kirk.b.wetherbee.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV18Q6019/listing.html)
 
Place of Performance
Address: 102d Intelligence Wing, Otis ANGB, Massachusetts, 02542, United States
Zip Code: 02542
 
Record
SN05082404-W 20180912/180910231901-a1042ea81a585e2ff2eb9e92b58a5021 (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.