Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2020 SAM #6824
SOLICITATION NOTICE

J -- Repair Fire Suppression

Notice Date
8/3/2020 3:36:49 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W7NK USPFO ACTIVITY MTANG 120 GREAT FALLS MT 59404-5570 USA
 
ZIP Code
59404-5570
 
Solicitation Number
W50S7L-20-Q-0001
 
Response Due
8/21/2020 1:00:00 PM
 
Archive Date
09/05/2020
 
Point of Contact
Christina L. Hutchins, Phone: 4067910454
 
E-Mail Address
christina.hutchins.1@us.af.mil
(christina.hutchins.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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.� Solicitation�W50S7L20Q0001 is being issued as a Request for Quote (RFQ).� Incorporated provisions and clauses are�those in effect through Federal Acquisition Circular 2020-07.� This acquisition is being solicited as a total small�business set-aside.� The North American Industry Classification System (NAICS) code is 238220 with a small�business size standard of $16.5 million.� Only one (1) award will be made as a result of this combined�synopsis/solicitation. The 120th Airlift Wing is seeking the modification of the Base Fire Suppression System in�multiple buildings throughout the facility in accordance with the attached Statement of Work (SOW). Per FAR 36.204 the project magnitude is estimated between $100,000 and $250,000 NOTICE TO OFFEROR(S): Funds are not presently available for this contract. Currently, the Government anticipates funds will become available prior to but no later than midnight 30 Sep 2020. This action has been identified on the National Guard priority list for award if funds become available and the prices received are within an awardable range. 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: Past Performance Price PAST PERFORMANCE IS APPROXIMATELY EQUAL TO PRICE WHEN BEING EVALUATED Documents to be reviewed are Contract Performance Assessment Reports (CPARS) CLIN0001 - 1 Job ��Repair Fire Suppression, Hangars B25 & B80 as per the Statement of Work and Contract Drawings CLIN0002 - 1 Job -�CONTRACTOR MANPOWER REPORTING (CMRA) Wage Determination No. MT20200062, Revision 4 dated 07/24/2020 applies to this procurement.� A tentative site visit if needed is scheduled for 06�August 2020�at 10:00AM.� Please email christina.hutchins.1@us.af.mil a list of all personnel that plan to attend at least�24 hours in advance.� Quotes are due no later than 2:00 PM MST, 21�August�2020.� If there are any questions�regarding this requirement, please contact SMSgt Christina Hutchins by email: christina.hutchins.1@us.af.mil.� All�interested offerors must be registered in the System for Award Management (SAM) before an award can be made.��To register with SAM, log on to https://www.sam.gov/SAM/. The following provisions/clauses are applicable to this procurement: FAR 52.203-19 Prohibition on Contracting�with Entities that Require Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for�Award Management; FAR 52.204-16 Commercial and Government Entity Code Reporting; 52.204-22 Alternative�Line Item Proposal; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or�Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and�Video Surveillance Services or Equipment; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1�Instructions to Offerors; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and�Conditions Required To Implement Statutes Or Executive Orders; FAR 52.222-21 Prohibition of Segregated�Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-41 Service Contract Labor Standards; FAR 225-13�Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-System for�Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR�52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site�Visit; FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to�Compensation of Former DoD Officials; DFARS 252.203-7005 Representation Relating to Compensation of�Former DoD Officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.204-7015 Notice of�Authorized Disclosure of Information for Litigation Support; DFARS 252.225-7031 Secondary Arab Boycott of�Israel; DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7010 Levies on�Contract Payments; DFARS 252.244-7000 Subcontracts for Commercial Items; Full text clauses may be accessed�electronically at http://farsite.hill.af.mil; Attachments: Drawings SOW Wage Determination
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2aa79277f5ee48849f317e0e51ad51af/view)
 
Place of Performance
Address: Great Falls, MT 59404, USA
Zip Code: 59404
Country: USA
 
Record
SN05742746-F 20200805/200803230143 (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.