Federal Bid

Last Updated on 01 Jun 2019 at 8 AM
Combined Synopsis/Solicitation
Wing Alabama

B168 ALC Replacement

Solicitation ID W912SV-19-Q-6004
Posted Date 03 May 2019 at 12 PM
Archive Date 01 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7ne Uspfo Activity Maang 102
Agency Department Of Defense
Location Wing Alabama United states
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; offers are being requested and a written solicitation will not be issued. The solicitation number assigned to this announcement is W912SV-19-Q-6004. This solicitation is issued as unrestricted; the associated North American Industry Classification System (NAICS) code is 334512 and size standard is 500 Employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-01 effective 20 Dec 2018 and DFARS Publication Notice 20190215 effective 15 Feb 2018.


This requirement is intended to be awarded as a Sole Source (see "A02_FAR Part 13_Sole Source Memo under SAT_B168 ALC Replacement") single, firm-fixed price contract utilizing procedures under FAR Part 13, Simplified Acquisition Procedures.

1. Services non-personal. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform the following:

LINE ITEM 0001:
BUILDING 168 SEMCO ERU-1 and 2 Replace Factory Controllers with ALC DDC Controllers IAW the attached Performance Work Statement (PWS). Period of Performance is 45 Days ARO.
QUANTITY: 1 EA

LINE ITEM 0002:
Contractor Manpower Reporting (CMR) in accordance with Performance Work Statement (PWS).
QUANTITY: 1 EA


//END LINE ITEMS//

2. EVALUATION FACTORS: The contract will be made on the basis of best value to the Government, pricing information and other factors considered. Selection will be based on the following evaluation factors (FAR 52.212-2): (1) Price, and (2) Past Performance. Evaluation factors will be weighed equal.

a. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

b. Past Performance Information on at least three (3) contracts performed within the last five (5) years for services comparable to the government's requirement. Offerors are authorized to provide information on problems encountered on the referenced (identified) requirements to include corrective actions taken by the offeror as remedy. Offerors are cautioned that the Government will use data provided by each offeror in the evaluation of past performance. The information must include:

i. Contract Number
ii. Company Name and Address
iii. Company Point of Contact, including phone number and/or email address
iv. Type of service performed
v. Estimated Contract Value

3. ADDITIONAL INFORMATION: (1) 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/. (2) 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 "B08_W912SV-19-Q-6004_Provisions & Clauses."

5. SUBMITTAL REQUIREMENTS: In addition to submitting your quote and past performance information, please include the following: Company Name, Address, Point of Contract information, Cage Code, DUNS Number, Federal Tax ID, Business size, and Payment Terms.

6. Quotes (to include Submittal Requirements mentioned above) must be submitted via email no later than (NLT) the date and time specified to [email protected]. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and is submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to [email protected].

Bid Protests Not Available

Similar Past Bids

Wing Alabama 08 Aug 2018 at 9 PM
Anchorage Alaska 26 Mar 2025 at 10 PM
Location Unknown 18 Oct 2010 at 8 PM
New cumberland Pennsylvania 21 Oct 2020 at 4 AM
Location Unknown Not Specified

Similar Opportunities

New york New york 08 Jul 2025 at 7 PM
Mechanicsburg Pennsylvania 21 Jul 2025 at 8 PM