Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2018 FBO #6153
MODIFICATION

39 -- Tow Tractor (Tug)

Notice Date
9/26/2018
 
Notice Type
Modification/Amendment
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge, 7105 NW 70th Avenue, Johnston, Iowa, 50131-1824, United States
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-18-Q-5028
 
Archive Date
10/12/2018
 
Point of Contact
Megan Kaszinski, Phone: 5152524498
 
E-Mail Address
megan.r.kaszinski.mil@mail.mil
(megan.r.kaszinski.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 01 to the Synopsis/Solicitation incorporates the Question & Answer provided below. Question: What tier engine does this unit require? Answer: End User requests Tier 3 engine. All other terms and conditions of the synopsis/solicitation remain unchanged. *********************************************************************** 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, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quote (RFQ) number W912LP-18-Q-5028. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005- 100, dated 22 Aug 2018. The North American Industry Classification System Code (NAICS) 336112 size standard of 1,500 employees. This solicitation will be unrestricted. Basis of award is Price. See Attachment #1, Statement of Work (SOW), for a description of the items requested. The following provisions apply to this solicitation by reference: The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items DFARS 252.204-7011, Alternative Line Item Structure The following clauses are incorporated into this solicitation by reference: 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, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7015, Notice of Authorized Disclosure of Information to Litigation Support 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 (Nov 2014) 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 #2, Full-Text Provisions and Clauses. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. 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 DFARS 252.225-7000, Buy American Act -- Balance of Payments Program Certificate (Nov 2014) The following clauses are incorporated by full text. The full text is found in Attachment #2, 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 Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Contractors need to review their SAM registration at www.sam.gov and see the ALERT notice on the Home Screen. If your registration expires within the next 60-days, start the process of updating of your registration now as it may take a minimum of two weeks from receipt of the notarized letter. Submission Requirements - the following documents/information must be submitted with the quotation: •1. Attachment #3, Contractor Information and Pricing Table Quotations are due at 1:00 p.m. local (central) time on 27 September 2018. Quotations may be posted to FBO or emailed to megan.r.kaszinski.mil@mail.mil Point of contact (POC) for this solicitation is Mrs. Megan Kaszinski, 515-252-4498, megan.r.kaszinski.mil@mail.mil Attachments: #1 - Statement of Work (SOW) #2 - Full Text Provisions and Clauses #3 - Contractor Information and Pricing Table
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-18-Q-5028/listing.html)
 
Place of Performance
Address: 7105 NW 70th Ave, Johnston, Iowa, 50131, United States
Zip Code: 50131
 
Record
SN05106824-W 20180928/180926231352-486d27cc918f316e5e3ddf38c152255c (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.