United States - Hangar Cages

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
07 May 2019
Opportunity publication date
23 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 22, 2019 12:36 pm

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.
Solicitation number W912SV19Q5005 is hereby issued as a Request for Quote (RFQ) for Hangar Cages.
This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, 26 September 2018 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20190401 effective 01April2019. It is the contractor's responsibility to become familiar with applicable clauses and provisions.
This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) 332618; Small Business Standard is 500 Employees.
1) REQUIREMENT: The Massachusetts Air National Guard located at Barnes ANGB, Westfield, MA is in need of:

CLIN 0001: Hanger #19 Northeast corner, approximately 40 LF of constructed cage with 3" SS-40 terminal posts, 2 ½" SS-40 line posts, 1 5/8" SS-40 top/bottom rail and bracing, 9 ga x 2" x 10' knuckle and twist (KT) wire fencing. Nylon rollers on gate. Gate to have hardware that will allow a lock to be installed.

CLIN 0002: Hanger #19 Northeast corner; bottom lock privacy slats or privacy mesh (able to offer 75% minimum visual coverage) in a basic stock color to cover sq ft of fencing for CLIN 00001

CLIN 0003: Hanger #19 East wall, approximately 74 LF of constructed cage with 3" SS-40 terminal posts, 2 ½" SS-40 line posts, 1 5/8" SS-40 top/bottom rail and bracing, 9 ga x 2" x 10' KT wire fencing. Nylon rollers on gate. Gate to have hardware that will allow a lock to be installed.

CLIN 0004: Hanger #19 East wall; bottom lock privacy slats or privacy mesh (able to offer 75% minimum visual coverage) in a basic stock color to cover sq ft of fencing for CLIN 00003

CLIN 0005: Hanger #13 Northwest corner, approximately 38 LF of constructed cage with 3" SS-40 terminal posts, 2 ½" SS-40 line posts, 1 5/8" SS-40 top/bottom rail and bracing, 9 ga x 2" x 10' KT wire fencing. Nylon rollers on gate. Gate to have hardware that will allow a lock to be installed.

CLIN 0006: Hanger #13 Northwest corner; bottom lock privacy slats or privacy mesh (able to offer 75% minimum visual coverage) in a basic stock color to cover sq ft of fencing for CLIN 00005

CLIN 0007: Hanger #13 Center West wall, approximately 67 LF of constructed cage with; 3" SS-40 terminal posts, 2 ½" SS-40 line posts, 1 5/8" SS-40 top/bottom rail and bracing, 9 ga x 2" x 10' KT wire fencing. Nylon rollers on gate. Gate to have hardware that will allow a lock to be installed.

CLIN 0008: Hanger #13 Center West wall; bottom lock privacy slats or privacy mesh (able to offer 75% minimum visual coverage) in a basic stock color to cover sq ft of fencing for CLIN 00007

//END OF CLINs//

The Federal Government is exempt from sales tax, please do not include taxes in the quote. 2)EVALUATION FACTORS: This will be a Firm Fixed Price contract and will be awarded withoutdiscussions. IAW FAR 13.106-2(b)(4), quotes will be evaluated by price and compliance withspecifications listed in the solicitation and the document titled "Salient Characteristics and CageLayout".Delivery requirement: 60 days ARO, FOB Destination to Barnes MAP, 175 Falcon Drive, Westfield, MA, 01085-1482.
3)ADDITIONAL INFORMATION:a)In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/.b)All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.4)APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached provisions and clauses document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. Provisions and clauses applicable to this requirement can be viewed on attachment"Provisions & Clauses."5)SUBMITTAL REQUIREMENTS: Quote must include the following: Company Name, Address, Point of Contract information, Cage Code, DUNS Number.6)Quotes must be submitted via email no later than (NLT) 2:00 PM EST, 07 May 2019 via email to usaf.ma.104-fw.list.fal-msc-contracting@mail.mil with solicitation number and title in the subject line. Telephone quotes will not be accepted. Any and all questions concerning this requirement must be submitted in writing to usaf.ma.104-fw.list.fal-msc-contracting@mail.mil.

Opportunity closing date
07 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army 104 MSG/MSC, MA ANG United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?