이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] Hangar Foam Fire Suppression
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.09.12
원본

 

공고명: Hangar Foam Fire Suppression

게시일: 2017/09/11

마감일: 2017/09/25

수행지역: 미국

카테고리: 31 - 제조부품

 

공고내용

 

Solicitation Number :

W912LA-17-T-6015


Notice Type :

Combined Synopsis/Solicitation

 

Synopsis :


Added: Sep 09, 2017 5:55 pm
This is a combined synopsis/solicitation for commercial items prepared IAW 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, W912LA-17-T-6015, is being issued as a Request for Quotation (RFQ) for the following commercial service/item: Modification to Hangar Fire Suppression system. Site visits may be scheduled by using the contact information below. Submit written offers (oral offers will not be accepted) via email. This solicitation document and incorporated provisions and clauses are those in effect thruogh Federal Acquisition Circular (FAC) 2005-23. This procurement is a 100% Small Business Set-aside IAW FAR 19.502-2(a). Ths NAICS code is 561710 and the small business size standard is $ 11.0 Million. Location of service to be performed: 5323 E. Mckinley Ave, Fresno, CA 93727. The following commerical items are requested in this solicitation: FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements, FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-18 Commercial and Government Entity Code Maintenance, FAR 52.204-22 Alternative Line Item Proposal, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR 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 the PWS, FAR 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, FAR 52.219-28 Post-Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-41 Service Contract Labor Standards, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-50 Combating Trafficking in Persons, FAR 52.222-55 Minimum Wages Under Executive Order 13658, FAR 52.222-62 Paid Sick Leave Under Executive Order 13706, FAR 52.223-5 Pollution Prevention and Right to Know Information, FAR 52.223-5 Alt. I Pollution Prevention and Right to Know Information - Alternate I, FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging while driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 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 52.237-1 Site visit, FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation, FAR 52.249-2 Termination for Convenience of the Government, FAR 52.249-8 Default (Fixed-Price Supply and Service), FAR 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses, DFARS 252.201-7000 Contracting Officer's Representative, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information, DFARS 252.204-7011 Alternative Line Item Structure, DFARS 252.211-7003 Item Unique Identification and Valuation, DFARS 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations, DFARS 252.219-7998 Inclusion of Nonprofit Organizations, DFARS 252.225-7001 Buy American and Balance of Payments Program, DFARS 252.225-7031 Secondary Arab Boycott of Israel, DFRAS 252.225-7048 Export-Controlled Items, DFRAS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232- 7006 Wide Area Workflow Payment Instructions, DFARS 252.232-7010 Levies on  ontract Payments, DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel, DFARS 252.239-7001 Information Assurance Contractor Training and Certification, DFARS 252.244-7000 Subcontracts for Commercial Items, FAR 52.222- 36 Equal Opportunity for Workers with Disabilities, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.203-3 Gratuities, FAR 52.203-6 Alt. I Restrictions on Subcontractor Sales to the Government - Alternate I, FAR 52.203-16 Preventing Personal Conflicts of Interest, FAR 52.222-17 Nondisplacement of Qualified Workers, FAR 52.222- 35 Equal Opportunity for Veterans, FAR 52.222-37 Employment Reports on Veterans, FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment, FAR 52.222-54 Employment Eligibility Verification, FAR 52.228-5 Insurance - Work on a Government Installation, FAR 52.233-2 Service of Protest, DFARS 252.215- 7008 Only One Offer, DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.225-7020 Trade Agreements Certificate, DFARS Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism, DFARS 252.225-7050 Disclosure of Ownership or control by the government of a country that is a state sponsor of terrorism. All firms must be registered in System for Award Managment at www.sam.gov to be considered for award. Award will be based on technical capability and past performance equal to lowest price, responsible offer. The Government intends to evaluate and award without discussions on this procurement. Site Visit:  19 Sep 2017, 0930 Hour PST.  Please RSVP anthony.c.olivas.mil@mail.mil.  Site visit not mandatory but highly encouraged.  Question Due 21 Sep 2017 3:00PM PST.  Answers Due: 22 Sep 2017 12:00PM PST.All proposals must be emailed to anthony.c.olivas.mil@mail.mil and jarrod.a.sanchez.mil@mail.mil NLT 1200 hours PST, Friday 25 Sep 2017. A period of acceptance must be indicated on the proposal and must be good for 30 days.

 

Please consult the list of document viewers if you cannot open a file.


SOW


Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)


Label:

SOW


Posted Date:

September 9, 2017

 

Hangar_Suppression_Quick_Fixes_SOW.pdf (192.92 Kb)

Description: Fire Suppression SOW

 

Contracting Office Address :

5323 E. MCKINLEY AVE. FRESNO ANG BASE FRESNO, California 93727-2199 United States


Place of Performance :

5323 E. McKinley Ave Fresno, California 93727 United States


Primary Point of Contact. :


Anthony C. Olivas,

Contracting Officer

anthony.c.olivas.mil@mail.mil

Phone: 5594545128


Secondary Point of Contact :


Jarrod A. Sanchez,

Contracting Specialists

jarrod.a.sanchez.mil@mail.mil

Phone: 5594545129

 

원본 URL: https://www.fbo.gov/index?s=opportunity&mode=form&id=7d8417710c512aa785edad6d81962014&tab=core&_cview=0