Similar Projects
Spokane Airport Board - Fuel Control Facility Metering Upgrade
Renovation
Design
$70,000 CJ est. value
Spokane, WA 99224

South Everett Community Solar Project
Renovation
Sub-Bidding
$2,000,000 CJ est. value
Everett, WA 98204

Bell Tower Water Fixture Replacement
Renovation
Sub-Bidding
$58,000 CJ est. value
Seattle, WA 98121

Howard A. Hanson Dam (HAHD) Emergency Gate Stoplog and Hoist Replacement
Demolition, Alteration
Post-Bid
$1,000,000 to $5,000,000 est. value
Ravensdale, WA 98051

On Call Industrial Equipment and Electrical Services
Term Contract
Post-Bid
$500,000 est. value
Tacoma, WA

Salmon Creek Treatment Plant Equipment and Materials for the Phase 5B Package 2 Secondary Treatment Process Improvements Project
Alteration
Results
$758,800 est. value
Vancouver, WA 98685

Inductive Charging Infrastructure for Everett Transit
Alteration
Results
$250,000 est. value
Everett, WA 98201

65th Avenue Campus Development: Access Controls
Renovation
Sub-Bidding
$420,000 CJ est. value
Vancouver, WA 98661

Hydraulic Systems Maintenance and Repair
Term Contract
Post-Bid
Seattle, WA 98134

Siftings Flights
Term Contract
Results
Spokane, WA

Mobile Showers, Restrooms, Laundry Units
Term Contract
Post-Bid
Vancouver, WA

SA387 Grade 22 Class 2, 3/16" X 48" X 96" Qty 69 Sheets with MTRs; to Include Delivery
Alteration
Results
$68,500 est. value
Spokane, WA

Infrared Moisture Sensor with Airblast to Keep Lens Clear
Alteration
Post-Bid
Spokane, WA

Locking Bars for Refuse Container - Value Blanket
Term Contract, Alteration
Results
Spokane, WA

Sheet Steel Storage Rack
Term Contract
Post-Bid
Bremerton, WA 98314

Last Updated 08/05/2023 10:37 PM
Project Title

Install Electronic Variable Message Sign

Physical Address View project details and contacts
City, State (County) Fairchild Air Force Base, WA 99011   (Spokane County)
Category(s) Single Trades
Sub-Category(s) Equipment
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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 F6T3CE3181AW01 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04, Dated 2 JUN 2023 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20230609. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is under North American Industry Classification Standards (NAICS) code 334118 with total number of employees NTE 1,000. The government intends to award a Firm Fixed Price (FFP) contract to a qualified business deemed responsive in accordance with Federal Acquisition Regulation (FAR) Part 13. Quotes must conform to all requirements outlined in this Request for Quote (RFQ) and will be evaluated based upon the best value of the requirement. This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Description of Requirement: The purpose of this project is to provide an electronic variable message sign to include delivery and installation on Fairchild AFB. All work shall be performed in accordance with federal, state, local laws and regulations, commercial standards, manufacturer's recommendations, and this Statement of Work (SOW). CLIN 0001: Install Electronic Variable Message Sign QTY: 1 Job Total for job: $__________________ Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 09 AUG 2023. Electronic offers preferred, telephone quotes will not be accepted. Quotes may be e-mailed to the attention of the points of contact listed below. Buyer: Robert Jones Alternate Buyer: Matthew Richard Email: 141MSG.MSC@us.af.mil Award will only be made to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests. Provisions and Clauses: Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAC 2023-04, Dated 2 JUN 2023. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov, and Wide Area Work Flow (WAWF) at http://wawf.eb.mil P = Provisions C = Clauses * = Provision or Clause required to be Full Text P-FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation C-FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements P-FAR 52.204-7, System for Award Management Registration C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel P-FAR 52.204-16, Commercial and Government Entity Code Maintenance C-FAR 52.204-18, Commercial and Government Entity Code Maintenance C-FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems P-FAR 52.204-22, Alternative Line Proposal P-FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.204-25, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations P-FAR 52.212-1, Instructions to Offerors-Commercial Items P-FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government; price, technical acceptability (IAW SOW) and delivery dates of the camp are the evaluation criteria. This is a best value decision. This office will consider any late quotes or any late revisions of quotes as non-responsive. Technical and delivery dates, when combined, are approximately equal to price. P-FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov C-FAR 52.212-4, Contract Terms and Condition-Commercial Items C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply C-FAR 52.219-28, Post Award Small Business Representation C-FAR 52.222-3, Convict Labor C-FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies C-FAR 52.222-21, Prohibition of Segregated Facilities C-FAR 52.222-26, Equal Opportunity C*-FAR 52.222-42, Statement of Equivalent Rates for Federal Hires C-FAR 52.222-50, Combating Trafficking in Persons C-FAR 52.222-55, Minimum Wage Rates Under Executive Order 13658 C-FAR 52.222-62, Paid Sick Leave Executive Order 13706 C-FAR 52.223-5, Pollution Prevention and Right to Know Information C-FAR 52.223-15, Energy Efficiency in Energy Consuming Products C-FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management C-FAR 52.232-39, Unenforceability of Unauthorized Obligations C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors C-FAR 52.233-3, Protest After Award C-FAR 52.233-4, Applicable Law for Breach of Contract Claim P-FAR 52.247-65, F.O.B. Origin, Prepaid Freight-Small Package Shipments C*-FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil C*-FAR 52.252-6, Authorized Deviations in Clauses C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights C- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials P-FAR 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors C-DFARS 252.211-7008, Use of Government-Assigned Serial Number P-DFARS 252.213-7000, Notice to Prospective Suppliers on the use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations C-DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials C-DFARS 252.223-7008, Prohibition of Hexavalent Chromium P*-DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program C-DFARS 252.225-7031, Secondary Arab Boycott of Israel C-DFARS 252.225-7048, Export-Controlled Items. C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions C-DFARS 252.232-7010, Levies on Contract Payments C-DFARS 252.244-7000, Subcontracts for Commercial Items P-DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea--Alt III C*-FAR 52.222-36, Equal Opportunity for Workers with Disabilities

Details

Division 11 - Equipment, Operation and Maintenance of Equipment, Vehicle Service Equipment, Maintenance Equipment, Unit Kitchens, Residential Equipment, Residential Appliances, Agricultural Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents