Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

38 -- Air Field Repair Equipment - RFQ

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-11-R-0041
 
Archive Date
10/6/2011
 
Point of Contact
Thomas G. Maloney, Phone: 2406125677, Jimmie Campbell, Phone: 240-612-5625
 
E-Mail Address
thomas.maloney@afncr.af.mil, JIMMIE.CAMPBELL@afncr.af.mil
(thomas.maloney@afncr.af.mil, JIMMIE.CAMPBELL@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Please follow directions as outlined in the Combined Synopsis/Solicitation and fill out/submit the RFQ. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. 2. Solicitation number FA2860-11-R-0041 is issued as a request for quotation (RFQ). 3. All firms or individuals responding must be registered with the Central Contractor Registration (CCR), which can be found at http://www.ccr.gov/. 4. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This is a 100% Small Business Set-Aside. The NAICS code is 333120 and the small business size standard is 750 employees. 5. This RFQ is issued under simplified acquisition procedures. 6. This solicitation contains three (3) line items (refer to the attached RFQ for detailed descriptions): a. CLIN 0001 - CAT 277C Multi Terrain Loader or equal - 2 each b. CLIN 0002 - Cold Planer attachment - 2 each c. CLIN 0003 - Pavement Breaker attachment - 2 each 7. FOB Destination for delivery to Joint Base Andrews NAF, MD 20762. To be delivered no later than 30 days after contract award. 8. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. 9. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Quotes will be evaluated on price related factors only. 10. Offerors must submit a completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications - Commercial Items" with its offer, and/or have completed the annual representations and certifications electronically at https://orca.bpn.gov/. FAR 52.212-3 can be downloaded from the internet at http://farsite.hill.af.mil/. Offerors that fail to furnish the required representations information, or reject the terms and conditions of the solicitation, may be excluded from consideration. 11. All FAR clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following clauses are applicable to this acquisition: FAR 52.202-1, Definitions; FAR 52.204-7, Central Contractor Registration; FAR 52.212-4,Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference; and FAR 52.252-6, Authorized Deviations in Clauses. The clause at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: DFARS 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.204-7004 Alt A, Required Central Contractor Registration and DFARS 252.247-7023, Transportation of Supplies by Sea. The following AFFARS clauses apply to this acquisition: 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances; 5352.242-9000 Contractor Access to Air Force Installations and 5352.201-9101, OMBUDSMAN; For the purposes of this clause, the blanks are completed as follows: c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Colonel Timothy M. Applegate, AFDW/PK, 20 MacDill Blvd, Suite 400, Joint Base Anacostia-Bolling, DC, 20032-0101, (202) 767-8046. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. 12. The following local clauses apply to this acquisition: 11 CONS-004 AAFB Environmental Standards (19 Oct 2006) Environmental Compliance. Offerors are reminded of the environmental requirements contained in the solicitation to comply with all applicable federal, state, and local environmental statutes and regulations. In addition to the scrutiny of civil environmental regulatory and enforcement agencies, environmental compliance incidental to Air Force activities or on Air Force property is subject to Air Force scrutiny. The Air Force routinely investigates environmental violations and cooperates fully with civil authorities to secure remedies and discourage future violations. Failure to comply with environmental statutes and regulations can subject the contractor to criminal and civil penalties and/or contractual sanctions including, but not limited to, termination, suspension, and debarment, and adverse past performance assessment. Contractors can obtain specific information regarding environmental compliance mandates in 11 WG/CC Memo "Andrews AFB Environmental Standards" dated 19 Oct 2006. Additional information can be obtained by contacting the base environmental flight. 11 CONS-007 PERSONNEL SECURITY REQUIREMENTS AFI 31-501 (27 Jan 2005) The contractor shall not employ any person for work on this contract if such employee is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population, nor shall the contractor employ any person under this contract who has an outstanding criminal warrant as identified by the National Crime Information Center (NCIC). NCIC checks will verify if a person is wanted by local, state, and federal agencies. All contractor personnel must consent to NCIC background checks. Contractor personnel who do not consent to an NCIC check will be denied access to the installation. Information required to conduct an NCIC check includes: full name, driver's license number/state issued/expiration date, social security number, and date of birth of the person entering the installation and shall be submitted in conjunction with the contractor's request for vehicle passes. Completion of a successful NCIC check does not invalidate the requirement for an escort when contractor personnel are working within controlled or restricted areas. Contractors shall ensure their employees and those of their subcontracts have the proper credentials allowing them to work in the United States. Persons later found to be undocumented or illegal aliens will be remanded to the proper authorities. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provisions of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. The contractor shall flow this clause down to all subcontracts. 11 CONS-010 WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone through the DFAS Centralized Customer Service number (800) 756-4571 (select option 2) or faxed to (866) 392-7091. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS myInvoice web site at http://www.dod.mil/dfas/contractorpay/myinvoice.html. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NUMBER: DELIVERY ORDER NUMBER: TYPE OF DOCUMENT: CAGE CODE: ISSUE BY DODAAC: ADMIN DODAAC: INSPECT BY DODAAC: SERVICE ACCEPTOR / SHIP TO: LOCAL PROCESSING OFFICE: PAY OFFICE DODAAC: SEND MORE E-MAIL NOTIFICATIONS: CONTRACT ADMINISTRATOR: CONTRACTING OFFICER: ADDITIONAL NOTIFICATION: ADDITIONAL NOTIFICATION: ADDITIONAL NOTIFICATION: BPN ver 05.21.2006 13. If interested, e-mail your quote to the POC stated herein. 14. Questions shall be submitted no later than 12:00 PM EST, 19 September 2011. Quotations must be received no later than 12:00 PM EST 21 September 2011 using the attached RFQ format. The Government prefers that all offers are e-mailed to the point-of-contact below with solicitation number (FA2860-11-R-0041) and contractor name listed in the subject block. Facsimile quotes will not be accepted. 15. The Government Primary point-of-contact is Lt Thomas Maloney. Commercial: 240-612-5677 (thomas.maloney@afncr.af.mil) and the secondary POC is Ms. Jimmie Campbell. Commercial: 240-612-5625 (jimmie.campbell@afncr.af.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-11-R-0041/listing.html)
 
Place of Performance
Address: Joint Base Andrews, MD 20762, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02575577-W 20110916/110914235436-b851ba994c58b40d201fbe186eb9f3dc (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.