Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2020 SAM #6864
SOLICITATION NOTICE

N -- Steamer Removal, Conversion, and Installation

Notice Date
9/12/2020 2:27:41 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
W7M4 USPFO ACTIVITY HI ARNG HONOLULU HI 96816-4495 USA
 
ZIP Code
96816-4495
 
Solicitation Number
W912J620Q0013
 
Response Due
9/21/2020 7:00:00 PM
 
Archive Date
10/06/2020
 
Point of Contact
Jonathan R Weber, Phone: 8088446336
 
E-Mail Address
jonathan.r.weber6.mil@mail.mil
(jonathan.r.weber6.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Hawaii National Guard 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, W912J6-20-Q-0013, is being issued as a Request for Quote (RFQ).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, effective August 31, 2020.� This procurement is being solicited as 100% small business set aside. The designated North American Industry Classification System (NAICS) Code is 238290 Other Building Equipment Contractors, with a size standard of millions of dollars $16.5M.� The following commercial items are requested in this solicitation:� Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: Steamer removal, conversion, and installation CLIN 0002: CMRA It is anticipated that a firm-fixed price purchase order will be awarded for the requested supplies as a result of this synopsis/solicitation. Award will be based on past performance and technical capability (FAR 52.212-2 Evaluation � Commercial Items). The following FAR and DFARS provisions are incorporated into this solicitation by reference: ��������������������������������������������������������������� 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-20, Predecessor of Offeror 52.204-22, Alternative Line Item Proposal 52.204-26 Covered telecommunications Equipment or Services�Representation 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors�Commercial Items (DEVIATION 2018-O0018) 52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I 52.219-1 Small Business Program Representations--Alternate I 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 252.203-7005, Representation Relating to Compensation of Former DoD officials 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors ��������������������������������������������������������������������������������������������������������������� The following FAR and DFARS clauses are incorporated into this solicitation by reference: ������������������������������������������������������������������������������� 52.204-13, SAM Maintenance 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications **52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities **52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment **52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-17 Delivery of Excess Quantities 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 (Class Deviation 2018-O0021) **52.222-3 Convict Labor **52.222-19 Child Labor Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) **52.222-21 Prohibition of Segregated Facilities **52.222-26 Equal Opportunity **52.222-41 Service Contract Labor Standards **52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) **52.222-50 Combating Trafficking in Persons **52.222-55 Minimum Wages Under Executive Order 13658 **52.222-62 Paid Sick Leave Under Executive Order 13706 **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 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7002 Payment for Contract Line or Subline Items Not Separately Priced 252.204-7003, Control of Government Personnel Work Product 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments� 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.243-7001, Pricing of Contract Modifications The following provisions and clauses are incorporated by full text in Attachment #2 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.212-2, Evaluation � Commercial Items 52.237-1 Site Visit 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 252.232-7006, Wide Area Workflow Payment Instructions 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. If not previously completed, all offerors must complete provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment to be eligible for award. Quotes are due by 4:00 p.m. Hawaii Standard Time on Monday, 21 September, 2020. Electronic proposals must be submitted via e-mail to Jonathan R Weber at jonathan.r.weber6.mil@mail.mil. Facsimile proposals will not be accepted.� Questions regarding this solicitation may be directed to Jonathan R Weber at jonathan.r.weber6.mil@mail.mil no later than 4:00 PM Hawaii Standard Time Wednesday, 16 September, 2020.� Reference solicitation number in subject line. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint.� (FAR 52.212-1(g)) A site visit may be requested by sending an e-mail to jonathan.r.weber6.mil@mail.mil. Information provided at this site visit as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications. Terms remain unchanged unless solicitation is amended in writing. If an amendment is issued, normal procedure relating to the acknowledgment and receipt of solicitation amendments shall apply. Attachments: #1 � Performance Work Statement (PWS) #2 � Full Text Provisions and Clauses #3 � Wage Determination 2015-5690
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0f1fa3153198489495e44de50a41710c/view)
 
Place of Performance
Address: JBPHH, HI 96853, USA
Zip Code: 96853
Country: USA
 
Record
SN05795508-F 20200914/200912230132 (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.