Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 26, 2020 SAM #6814
SOLICITATION NOTICE

71 -- Storage Aid System, B.105, Selfridge ANGB, MI

Notice Date
7/24/2020 9:37:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
W7NF USPFO ACTIVITY MIANG 127 SELFRIDGE ANGB MI 48045-5213 USA
 
ZIP Code
48045-5213
 
Solicitation Number
W50S85-20-Q-0012
 
Response Due
8/25/2020 1:00:00 PM
 
Archive Date
09/09/2020
 
Point of Contact
Brenda Y. Scanlon, Phone: 5862395036
 
E-Mail Address
brenda.y.scanlon.mil@mail.mil
(brenda.y.scanlon.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Streamlined solicitation for commercial items � FAR 12 FAR 12.603(c) (2)� i.�� �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii.�� �Solicitation W50S85-20-Q-0012 is issued as a request for quotation (RFQ). iii.�� �This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular (FAC) 2019-02TA iv.�� �This acquisition is being solicited as a total small business set aside IAW FAR 52.219-6 the associated NAICS code for this acquisition is 333922. �Small Business size standard is 500 employees. v.�� �Schedule of supplies/services: CLIN 0001 � Storage Aid System� Extended Description and pictures are provided in attachments � QTY: 1 Unit of Issue: �Each The purchase description, as attached, establishes the minimum performance, design, fabrication, installation, and test requirements for Storage Aids System and consists of the following: � ��� �Pallet Rack ��� �Wide-Span Shelving ��� �Bin Shelving ��� �Cantilever Rack ��� �Modular Cabinets ��� �Pilferable Cage ��� �Mezzanine ��� �Sheet Metal Rack ��� �Pipe Rack ��� �Processing Counter ��� �Mobile Aisle ��� �Vertical Lift Module ��� �Rider Reach The Contractor shall be responsible for all shipping and installation. vi.�� �Requirement is for the Purchase and Installation of a new Storage Aid System located at Selfridge Air National Guard Base, MI. �This project is to remove and replace current storage aid systems at Selfridge Air National Guard Base, MI for the 127th Logistics Readiness Squadron in accordance with the attached Purchase Description (PD). �Drawings and Picture for Building 105 are attached.� vii.�� �Items shall be received (90 days ADC). �FOB: Destination for delivery to: �42330 Maple Street, Building 105, Selfridge Air National Guard Base, MI. � viii.�� �The provision FAR 52.212-1, Instructions to Offerors, Commercial, in its latest edition, applies to this acquisition. ix.�� �The applicability of the provision at 52.212-2, Evaluation-Commercial Items, will not be used as FAR 13 is applicable to this requirement. �The evaluation criteria will be lowest price, technically acceptable. x.�� �Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications � Commercial Items with their offer. This can be completed electronically at https://www.sam.gov/portal� xi.�� �The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, in its latest edition, applies to this acquisition. xii.�� �The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in its latest edition, applies to this acquisition. xiii.�� �Warranty information is necessary for this acquisition and must be consistent with customary commercial practices. xiv.�� �The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. xv.�� �A Site Visit is not required for this requirement but can be made available upon request if the request is received via e-mail to brenda.y.scanlon.mil@mail.mil no later than, Tuesday 2:00 P.M. EST, 21 July 2020 for the scheduling of the site visit for all interested contractors. �This will be a onetime schedule opportunity site visit. � Offerors are requested to submit questions to the email address noted below not later than, Friday, 2:00 PM EST, 31 July 2020. �Terms of the solicitation remain unchanged unless the solicitation is amended in writing. � All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: https://beta.sam.gov. �Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to brenda.y.scanlon.mil@mail.mil� If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System for Award Management (SAM) (http://www.sam.gov). �Offers are due via e-mail to brenda.y.scanlon.mil@mail.mil by Monday 4:00 P.M. EST, 11 August 2020. �All responsible sources may submit a response which, if timely received must be considered by the agency.� xvi.�� �Point of Contact for this solicitation is Brenda Scanlon (586) 239-5036, email brenda.y.scanlon.mil@mail.mil The following provision and clauses in their latest editions apply to this acquisition: 52.203?11�� �Certification and Disclosure Regarding Payments to Influence 52.203?12�� �Limitation on Payments to Influence Certain Federal Transactions 52.204-7�� �System for Award Management 52.204?10�� �Reporting Executive Compensation and First?Tier Subcontract Awards 52.204?13�� �System for Award Management Maintenance 52.204?16�� �Commercial and Government Entity Code Reporting 52.204?19�� �Incorporation by Reference of Representations and Certifications 52.204?22�� �Alternative Line Item Proposal 52.204?23�� �Prohibition on contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other 52.204?25�� �Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209?6�� �Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for 52.209?10�� �Prohibition on Contracting with Inverted Domestic Corporations 52.212?1�� �Instructions to Offerors? Commercial Items 52.212-2�� �Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in CLIN 0001 52.212?3�� �Alt I Offerors Representations and Certifications?Commercial Items, Alternate I 52.212?4�� �Contract Terms and Conditions??Commercial Items 52.212?5 (Dev)�� �Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items 52.219-6�� �Notice of Total Small Business Set-Aside 52.219?28�� �Post?Award Small Business Program Representation 52.222?19�� �Child Labor??Cooperation with Authorities and Remedies 52.222?21�� �Prohibition of Segregated Facilities 52.222?26�� �Equal Opportunity 52.222?36�� �Equal Opportunity for Workers with Disabilities 52.222?50�� �Combating Trafficking in Persons 52.223?18�� �Encouraging Contractor Policies 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�� �Providing Accelerated Payments to Small Business Subcontractors 52.233?1�� �Disputes 52.233?3�� �Protest after Award 52.233?4�� �Applicable Law for Breach of Contract Claim 52.243?1�� �Changes??Fixed Price 52.249?1�� �Termination for Convenience of the Government (Fixed?Price) (Short Form) 52.252-2�� �Clauses Incorporated by Reference 252.203?7000�� �Requirements Relating to Compensation of Former DoD Officials 252.203?7002�� �Requirement to Inform Employees of Whistleblower Rights 252.204?7003�� �Control of Government Personnel Work Product 252.204?7012�� �Safeguarding of Unclassified Controlled Technical Information 252.204?7015�� �Notice of Authorized Disclosure of Information for Litigation Support 252.212-7000�� �Offeror Representations and Certifications�Commercial Items 252.225?7002�� �Qualifying Country Sources as Subcontractors 252.225?7036 Alt I�� �Buy American�Free Trade Agreements�Balance of Payments Program 252-212-7001�� �Contract Terms and Conditions required to implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: https://www.acquisition.gov� 52.252-5�� �When a FAR or supplemental provision is used with a deviation 252.211?7003�� �Item Unique Identification and Valuation 252.232?7003�� �Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a)�� �Definitions. As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. (b)�� �Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. WAWF access. To access WAWF, the Contractor shall� Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self- registration available at this web site. (d)�� �WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ (e)�� �WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f)�� �WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1)�� �Document type. The Contractor shall use the following document type(s). �� �Invoice/Receiving report (COMBO) (2)�� �Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Document routing. The Contractor shall use the information in the Routing Data Table below only Field Name in WAWF�� �Data to be entered in WAWF Pay Official DoDAAC� � �F87700 Issue By DoDAAC� � � � � �W50S85 Admin DoDAAC� � � � � � � W50S85 Inspect By DoDAAC� � ��F8Y320 Ship To Code� � � � � � � � � F86320 PP, Partial Payments Partial payments are not authorized for contracts with a value of less than $5,000. For contracts greater than $5,000, partial payments for less than $2,500 are not authorized. Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the resulting contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/73b8672afc784e048232a4373257fcbc/view)
 
Place of Performance
Address: Selfridge ANGB, MI 48045, USA
Zip Code: 48045
Country: USA
 
Record
SN05733513-F 20200726/200724230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.