MODIFICATION
25 -- Truck Caps
- Notice Date
- 9/5/2019
- Notice Type
- Modification/Amendment
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO ME P&C, Camp Keyes, Augusta, Maine, 04333-0032, United States
- ZIP Code
- 04333-0032
- Solicitation Number
- W912JD-19-Q-07VE
- Archive Date
- 10/2/2019
- Point of Contact
- Daniel S Bibeau, Phone: 207-430-6219, Jeffrey J. Phair, Phone: 2074305610
- E-Mail Address
-
daniel.s.bibeau.mil@mail.mil, jeffrey.j.phair.mil@mail.mil
(daniel.s.bibeau.mil@mail.mil, jeffrey.j.phair.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued as a Total Small Business Set-Aside. The solicitation number is W912JD-19-Q-07VE, and the solicitation is issued as a Request for Quote (RFQ). The NAICS is 441310 and size standard is 100 employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-03, effective 06/12/2019. This solicitation is being issued on behalf of the Maine Army National Guard utilizing procedures in FAR part 13.5, Simplified Acquisition Procedures. This activity has a significant amount of experience in contracting for this type of item. The Government intends to place a single firm fixed-price award to the lowest evaluated technically acceptable priced offer. Please price the following description of requirements: Contractor shall provide and install commercial truck caps made specifically to fit 2019 Ford F350, crew cab with 8ft beds for the RI and NH CERF-P teams. All truck caps to be installed in New England and. Minimum Item Description: 0001: Twelve (12) Fiberglass truck caps - QUANTITY OF 12 EA Max Ht from Base Rail: 26" Min. Rear Door Clearance: 32" Fixed front window Recessed 1/3 slider windows with screens on each side Frameless curved glass on rear door Rotary latch system - Twist handle lock Recessed LED third brake light Insulated Roof-roof line level with cab Interior dome light Custom fit design, fiberglass base rail, skirted sides J- clamp installation pocket Limited lifetime color and structure warranty Price to include installation-trucks to be driven to installation location Color: Oxford White Paint 0002: One (1) Commercial Utility Truck Cap - QUANTITY OF 1 EA Commercial utility truck cap: 2019, F-350 Super Duty, Crew Cab, 8' box. Max Ht from Base Rail: 26" Min. Rear Door Clearance: 32" Solid Front Wall Double Full Door in rear Driver and Passenger Side lift door with stainless steel Drop T-Handle with Bolt lock 66" for 8' Truck Beds Tool box shelf and divider Passenger side tool box with horizontal shelf with one vertical divider Drivers side tool box with one horizontal shelf with three vertical dividers Interior LED bar light One light bar in each passenger and drivers side tool box One light bar above double full doors Limited lifetime color and structure warranty Color: Oxford White Paint for quantity of 1 Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLIN 0001 2. Pricing of CLIN 0002 3. Proposed installation location detailing how/when Contractor will accomplish Installation shall be accomplished no later than 30 days after receipt of order. Quotes shall be submitted electronically electronically to Mr. Daniel Bibeau, Contract Specialist USPFO-ME, daniel.s.bibeau.mil@mail.mil not later than 17SEP2019. The following provisions are included for the purposes of this combined synopsis/solicitation: The full text provisions may be accessed electronically at http://farsite.hill.af.mil 52.202-1, Definitions 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.212-1, Instructions to Offerors -- Commercial Items (JUL 2013); Evaluation in accordance with FAR 13.106-2 based on the lowest price technically acceptable offer 52.212-3, Offeror Representations and Certifications -- Commercial Items ALT I; 52.252-1, Provisions Incorporated by Reference (http://farsite.hill.af.mil). The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: The full text clauses may be accessed electronically at http://farsite.hill.af.mil 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government - Alternate I 52.203-12, Limitations on Payments to Influence Certain Federal Transactions 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-4, Printed or Copied-Double Sided on Post- consumer Fiber Content Paper 52.204-13, System for Award Management Maintenance 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offerors - Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.219-1 Alt I, Small Business Program Representations 52.219-6, Notice of Total Small Business Set-Aside 52.219-14, Limitations on Subcontracting 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-5, Pollution Prevention and Right to Know Information 52.223-6, Drug-Free Workplace 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Provide Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.243-1 Alt II, Changes - Fixed Price 52.247-34, F.O.B Destination 52.252-2, Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6, Authorized Deviations in Clauses, http://farsite.hill.af.mil 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7006, Billing Instructions 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources As Subcontractors 252.225-7012, Preference for Certain Domestic Commodities 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002, Requests for Equitable Adjustment 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7022, Representation of Extent of Transportation of Supplies by Sea 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea This solicitation is being issued as a Total Small Business Set-Aside and only qualified sellers may submit bids. This solicitation will end on in accordance with time specified on the FBO announcement. Offers received after the required date of submission may not be considered unless determined to be in the best interest of the Government. Note: Questions concerning this solicitation should be submitted to Mr. Daniel Bibeau, Contract Specialist USPFO-ME, daniel.s.bibeau.mil@mail.mil.. Question and Answer period ends 11:00 am EST 13SEP2019. Amendment(s), if necessary will be posted to FBO; paper copies will not be issued. Interested parties are encouraged to check FBO website routinely for amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cfeb5d3886c3fcd702d8e4c870145afa)
- Place of Performance
- Address: CERFP, 28 Hayes Street Building 255, Bangor, Maine, 04401, United States
- Zip Code: 04401
- Zip Code: 04401
- Record
- SN05433604-W 20190907/190905231458-cfeb5d3886c3fcd702d8e4c870145afa (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 |