AFFF Foam Trailer Repair

expired opportunity(Expired)
From: Federal Government(Federal)
W50S7H21R0007

Basic Details

started - 28 Aug, 2021 (about 2 years ago)

Start Date

28 Aug, 2021 (about 2 years ago)
due - 03 Sep, 2021 (about 2 years ago)

Due Date

03 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
W50S7H21R0007

Identifier

W50S7H21R0007
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698165)DEPT OF THE ARMY (131592)NGB (17264)W7NH USPFO ACTIVITY MSANG 172 (40)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a Request for Quote for repair services to an AFFF Foam Trailer. Solicitation number W50S7H21R0007 is being issued as a Request for Quote (RFQ). This requirement is being Set-Aside for Small Business under NAICS 811111 with a size standard of $8M. The PSC Code is J023.The 172d Airlift Wing, Base Contracting Office, Jackson, MS intends to issue a single firm fixed price contract for Services necessary to Repair an AFFF Foam Trailer for the Mississippi Air National Guard 172nd Airlift Wing located in Flowood, MS. The requirement is for non-personal services to provide all plant, labor, new and current material, tools, equipment, appliances, supplies, services, permits, insurance and supervision necessary to perform repairs in accordance with the PWS dated 24 August 2021.CLIN 0001 – AFFF Foam Trailer RepairPeriod of Performance: Shall be within 30 days after award notification. If this is unable to be met, please indicate estimated time required to complete the repairs in
accordance with the PWS.Please provide, with your quote, CAGE code and payment discount terms. Also, provide all certifications required to complete this type of service in accordance with the manufacturer standards and the Performance Work Statement.  If there are any exceptions or assumptions please annotate as such on your quote.Wage Determination: Currently, Wage Determination Number 2015-5153 Revision No. 14 dated 07/21/2021 for Rankin County is applicable to this purchase order. Rates can be found at https://sam.gov/wage-determination/2015-5153/14.  However, the current prevailing Wage Determination will be incorporated at the time of award. In the event the current prevailing Wage Determination is changed by the Department of Labor after the closing date of this solicitation, the updated Wage Determination will be incorporated by amendment and issued to all Offerors that have not been eliminated from the competition. If applicable, these Offerors will be given a reasonable opportunity to provide revised quotes solely to amend quotes due to Wage Determination changes.Quotes will be evaluated based on Best Value to the Government according to Price, Technical Acceptability, and Performance History. Additionally, offerors shall be certified and authorized by the manufacturer to perform work as described in the PWS. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.Quotes are due no later than 1:00 P.M. CDT, Friday, September 3, 2021.Please email quotes to 172.AW.CONTRACTING.Org@us.af.mil and adam.surkin@us.af.mil.SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/.Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov/ Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor.The following FAR and DFARS provisions and clauses apply to this solicitation:FAR 52.204-7,                 System for Award ManagementFAR 52.204-8,                 Annual Representations and CertificationsFAR 52.204-16,               Commercial and Government Entity Code ReportingFAR 52.204-18,               Commercial and Government Entity Code MaintenanceFAR 52.204-21,               Basic Safeguarding of Covered Contractor Information SystemsFAR 52.204-22,               Alternative Line Item ProposalFAR 52.204-24,               Representation Regarding Certain Telecommunications and Video Surveillance Services or                                            Equipment.FAR 52.204-25,               Prohibition on Contracting for Certain Telecommunications and Video Surveillance                                            Services and Equipment.FAR 52.212-1,                 Instructions to Offerors, Commercial ItemsFAR 52.212-3 Alt. I,       Offeror Representations and Certifications-Commercial ItemsFAR 52.212-4,                 Contract Terms and Conditions – Commercial ItemsFAR 52.212-5,                 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition, and these additional FAR clauses cited in the clause are applicable to the acquisition:FAR 52.203-19,   Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or StandardsFAR 52.219-28,   Post Award Small Business Program RepresentationFAR 52.222-3,     Convict LaborFAR 52.222-19,   Child Labor – Cooperation with Authorities and RemediesFAR 52.222-21,   Prohibition of Segregated FacilitiesFAR 52.222-26,   Equal OpportunityFAR 52.222-50,   Combating Trafficking in PersonsFAR 52.223-18,   Encouraging Contractor Policies to Ban Text Messaging While DrivingFAR 52.225-13,   Restrictions on Certain Foreign PurchasesFAR 52.232-33,   Payment by Electronic Funds Transfer - System for Award ManagementFAR 52.233-3,     Protest after AwardFAR 52.233-4,     Applicable Law for Breach of Contract ClaimFAR 52.222-41,               Service Contract Labor StandardsFAR 52.222-42,               Statement of Equivalent Rates for Federal HiresFAR 52.222-55,               Minimum Wages Under Executive Order 13658FAR 52.252-1,                 Solicitation Provisions Incorporated by ReferenceFAR 52.252-2,                 Clauses Incorporated by ReferenceFAR 52.252-6,                 Authorized deviations in Clauses           DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002, Requirement to Inform Employees of Whistleblower RightsDFARS 252.203-7005, Representation Relating to Compensation of Former DoD OfficialsDFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information ControlsDFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident ReportingDFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation SupportDFARS 252.223-7008, Prohibition of Hexavalent ChromiumDFARS 252.225-7000, Buy American—Balance of Payments Program CertificateDFARS 252.225-7001, Buy American and Balance of Payments ProgramDFARS 252.225-7048, Export-Controlled ItemsDFARS 252.232-7003, Electronic Submission of Payment RequestsDFARS 252.232-7006, Wide Area Workflow Payment InstructionsDFARS 252.232-7010, Levies on Contract PaymentsDFARS 252.244-7000, Subcontracts for Commercial ItemsDFARS 252.247-7023, Transportation of Supplies by SeaContracting Office Address:172 MSG/MSC141 Military DriveAW-30Jackson, MS 39232

Location

Place Of Performance : N/A

Country : United StatesState : MississippiCity : Jackson

Classification

naicsCode 811111General Automotive Repair
pscCode J023Maintenance, Repair and Rebuilding of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles