Federal Bid

Last Updated on 19 Dec 2018 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

CERFP Collapse Structure Venue Site Reset

Solicitation ID W912J6-19-Q-0005
Posted Date 10 Dec 2018 at 6 PM
Archive Date 19 Dec 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7m4 Uspfo Activity Hi Arng
Agency Department Of Defense
Location United states
 

 

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, W912J6-19-Q-0005, 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) 2005-101, effective 26 October 2018.  This procurement is a 100% Small Business set-aside in accordance with (IAW) the Federal Acquisition Regulation (FAR) Part 19.502-2 (b). The NAICS code is 611699 and the small business size standard is $11.0 MIL.  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: Structural Collapse Venue Site Reset (See attached Performance Work Statement for full details)

CLIN 0002: Contractor Manpower Reporting

A firm-fixed priced purchase order will be awarded for the requested service as a result of this synopsis/solicitation. Award will be based on price.

 

The following FAR and DFARS provisions and clauses are incorporated into this solicitation by reference:

 

52.204-7, System for Award Management

52.204-13, SAM Maintenance

52.204-16, Commercial and Government Entity Code Reporting

52.204-18, Commercial and Government Entity Code Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-22, Alternative Line Item Proposal

52.209-10, Prohibition on Contracting with Inverted domestic Corporations

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

52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I

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

52.223-5, Pollution Prevention & Right-To-Know Information

52.232-1, Payments

52.232-39, Unenforceability of Unauthorized Obligations

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

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

52.243-1, Changes-Fixed Price

52.252-1, Solicitation Provisions Incorporated by Reference

252.201-7000, Contracting Officer's Representative

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

252.204-7004, Alternate A, System for Award Management

252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

252.204-7011, Alternative Line Item Structure

252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

252.232-7006, Wide Area Workflow Payment Instructions

252.232-7010, Levies on Contract Payments 

252.244-7000, Subcontracts for Commercial Items 

252.247-7023, Transportation of Supplies by Sea

 

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.

 

Quotes are due by 4:00 p.m. (EST) time on Wednesday, 12 December, 2018.

Electronic proposals must be submitted via e-mail to SrA Mindy Klask at [email protected]. Facsimile proposals will not be accepted.  Questions regarding this solicitation may be directed to SrA Mindy Klask at [email protected] no later than 4:00 p.m. (EST) Tuesday, 06 December, 2018.

 

Attachments:

#1 - Performance Work Statement

#2 - Full Text Provisions and Clauses

#3 - SCA Wage Determination

 

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Range Alabama 11 Jul 2025 at 9 PM
Washington navy yard District of columbia 24 Oct 2025 at 2 PM
Location Unknown 31 Jan 2026 at 5 AM (estimated)
Prairie du sac Wisconsin 10 Jul 2025 at 9 PM
Redstone arsenal Alabama 01 Aug 2025 at 7 PM