Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2018 FBO #6139
MODIFICATION

X -- Yellow Ribbon October 2018

Notice Date
9/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Army, National Guard Bureau, 138 MSG/MSC, OK ANG, 4200 N. 93RD EAST AVENUE, TULSA, Oklahoma, 74115-1699, United States
 
ZIP Code
74115-1699
 
Solicitation Number
TulsaANGYellowRibbonOct18
 
Archive Date
10/2/2018
 
Point of Contact
David A. Hugueley, Phone: 9188337118, Amanda Lonsdale, Phone: 9188337305
 
E-Mail Address
usaf.ok.138-fw.list.msc@mail.mil, amanda.j.lonsdale.mil@mail.mil
(usaf.ok.138-fw.list.msc@mail.mil, amanda.j.lonsdale.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
*****The response date has been extended to 17 Sep 2018 at 1pm CST to accomodate changes to the SOW and RFIs posted today 12 Sep 2018******* "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." The Oklahoma Air National Guard - 9100 East 46th Street North, Tulsa, OK 74115 is seeking meeting space, meals and audio visual equipment with varying specifications. This combined synopsis/ solicitation TulsaANGYellowRibbonOct18 is100% 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FAR 19.502-2(a) If no acceptable offer from a small business concern is received, the small business set-aside shall be withdrawn and the requirement, if still valid, may be made on the basis of full and open competition considering all offers submitted by responsible business concerns,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. The Federal Supply Classification (FSC) is X1AB and The North American Industry Classification System (NAICS) code is 531120 and the small business size standard is $27.5M. 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 email your quote in. It is incumbent upon the interested parties to verify that your quote has been received by our office. Invoicing will be required to go through Wide Area Work Flow (WAWF) at https://wawf.eb.mil/ Items being requested are included in the SOW attached to this Solicitation. Please provide the quote in accordance with the Statement of Work. All questions concerning this combined synopsis and solicitation must be directed to MSgt David Hugueley and SMSgt Lonsdale at usaf.ok.138-fw.list.msc@mail.mil by 1100 hours Central Time on 04 September 2018. Quotes are due by 1000 hours Central Standard Time on 13 September 2018. Quotes may be submitted via e-mail to usaf.ok.138-fw.list.msc@mail.mil. 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 TulsaANGYellowRibbonOct18 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 Jul 2018. The following Federal Acquisition Regulation (FAR) provision 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 52.204-7 System for Award Management 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 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation 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 52.212-1 (Deviation 2018-O0013) Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items with paragraph (a) amended to include evaluation factors of (i) technical capability of item offered to meet the Government requirement (ii) price FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate 1 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 52.219-1 Small Business Program Representations - Alternate 1 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 52.222-41 Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-50 Combatting Trafficking in Persons FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications 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 FAR 52.243-1 Changes - Fixed Price- Alternate 1 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 FAR 52.252-5 Authorized Deviations in Provisions DFARS 252.201-7000 Contracting Officer's Representative 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 Representations Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 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 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Work Flow Payment Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA34-2/TulsaANGYellowRibbonOct18/listing.html)
 
Place of Performance
Address: Tulsa, Oklahoma, United States
 
Record
SN05085090-W 20180914/180912230820-7113d8f837072ed631b67dec241d8c8e (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.