The RFP Database
New business relationships start here

Core Locks and Door Parts


Louisiana, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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; proposals are being requested and a written solicitation will not be issued.
The 159th Fighter Wing, Louisiana Air National Guard intends to solicit and establish Blanket Purchase Agreements (BPAs) for the repair Door locks that provide secure facilities, IAW FAR Part 12 and 13. The contractor must abide by AFI 21-123. The website to view this publication is http://www.e-publishing.af.mil. A BPA is not a contract, but is an agreement that establishes the Price, Terms and Conditions of future orders/calls. Please see the attached performance work statement and attached price list/schedule. All shipping costs will be included in the price for supplies. The proposed prices will be incorporated into any BPA and used to calculate the price of future orders/calls. Only Firm Fixed-Price offers will be considered. Offerors will be evaluated IAW FAR Clause 52.212-2. The North American Industry Classification System (NAICS) Code for this acquisition is 561622: Size Standard: $20.5M. Solicitation Number W912NR-18-Q-5006 is issued as a Request for Quotation (RFQ). This Request for Quote (RFQ) is a 100% Total Small Business Set-Aside.
The Government will award one or more Firm Fixed-Price Blanket Purchase Agreements resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined t provide the best value to the Government, price and other factors considered. The following factors are to be used to evaluate offers:




 


1. Technical Capability defined as an assessment of the contractor's basic knowledge, experience and understanding or the requirements.
2. Past Performance addressing that you have provided the same or similar repair service in the last three years.
3. Price, defined as fair and reasonable.


Certification, technical capability and past performance when combined, are significant evaluation factors that will be used to arrive at a best value decision.
Incorporated provisions and clauses are those in effect through FAC 2005-69.


The following FAR/DFARS Provisions and Clauses are applicable to this procurement:
52.204-13 Central Contractor Registration Maintenance (Dec 2012) 52.212-1 Instructions to Offerors - Commercial Items (Apr 2008) 52.212-2 Evaluation Commercial Items (Jan 1999)
52.212-3 Offeror Representations and Certification - Commercial Items (May 2008)
52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (Jul 2010)
52.219-28 Post Award Small Business Program Representation (Apr 2012) 52.222-3 Convict Labor (Jun 2007)
52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2006)
52.222-21 Prohibition of Segregated facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2002)
52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003)
52.222-41 Service Contract Act of 1965 (Nov 2007)
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998)
252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009)
252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 252.232.7003 Electronic Submission of Payment Requests (Mar 2007)
The Government will only consider Firm Fixed-Price Quotations. Offerors must complete and submit with the quotation FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2008). Offeror must be registered in the System for Award Management Registration (SAM) prior to award. The website address is www.sam.gov.
Electronic Offers: Vendors may submit electronic quotes in response to this RFQ. Email RFQ to the following address;Janice.m.hills.mil@mail.mil and Melissa.e.scott5.mil@mail.mil. If vendors choose to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the vendor to verify receipt of the emailed quote.

Offer due date: 4:00 PM Central Standard Time (CST) on 09 Jan 2018.
Questions: Prospective vendors are encouraged to submit any questions by email regarding this RFQ by end of business 02 Jan 2018.


Melissa E Scott, Contracting Specialist, Phone 5043918368, Email melissa.e.scott5.mil@mail.mil - Janice M Hills, Contracting Officer, Phone 5043918370, Email janice.m.hills.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP