SOLICITATION NOTICE
25 -- Bobcat Loader Parts - Bobcat Loader Part Attachments
- Notice Date
- 4/12/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
- ZIP Code
- 99506-2500
- Solicitation Number
- FA5000-13-T-0016
- Archive Date
- 5/8/2013
- Point of Contact
- Derek Charles Anderson, Phone: 907-552-7168
- E-Mail Address
-
derek.anderson.6@us.af.mil
(derek.anderson.6@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- WAWF Instructions Brand Name justification Prcing Schedule COMBINED SYNOPSIS/SOLICIATION BOBCAT LOADER PARTS i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. ii) Solicitation FA5000-13-T-0016 is issued as a Request for Quotation (RFQ). iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 effective 28 February 2013. The DFARS provisions and clauses are those in effect to DPN 20130328 effective 2 March 2013. The AFFARS provisions and clauses are those in effect to AFAC 2013-0327 effective 27 March 2013. iv) This is a small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 333120 with a small business size standard of 750 employees. v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete the attachment 1 in its entirety and return with any other documentation/data as required by this Combo. vi) The Government intends to award a firm-fixed priced contract for the items listed in para v). All items in para (v) shall be brand name Bobcat parts. See attached brand name justification. vii) Contactor shall include delivery schedule in quote. Delivery shall be FOB destination. All items shall be delivered to: 6211 Artic Warrior DR Joint-Base Elmendorf Richardson, AK, 99506 viii) ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS (Feb 2012) 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of Price Proposal only. 2. Specific Instructions: A. PART 1- PRICE - Submit one (1) copy of price narrative. 3. Award will be made to the lowest priced offeror whose offer is conforming to the solicitation. The Government intends to evaluate offers and award without discussion; however, the Government maintains the right to conduct discussions if later determined by the Contracting Officer as necessary. Offers that fail to furnish required representations, required information or reject the terms and conditions of the solicitation may be excluded from consideration. 4. System for Award Management Registration. (1) Definitions. As used in this section- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (i) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (ii) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (i) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (ii) The Contractor's CAGE code is in the SAM database; and (iii) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (i) Data collected from prospective federal awardees required for the conduct of business with the Government; (ii) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (iii) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (2) (i) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (ii) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (iii) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (3) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (i) A contractor may obtain a DUNS number- (A) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (B) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (ii) The Contractor should be prepared to provide the following information: (A) Company legal business name. (B) Tradestyle, doing business, or other name by which your entity is commonly recognized. (C) Company physical street address, city, state and Zip Code. (D) Company mailing address, city, state and Zip Code (if separate from physical). (E) Company telephone number. (F) Date the company was started. (G) Number of employees at your location. (H) Chief executive officer/key manager. (I) Line of business (industry). (J) Company Headquarters name and address (reporting relationship within your entity). (4) Reserved. (5) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (6) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (7) N/A (i) (A) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (aa) Change the name in the SAM database; (bb) Comply with the requirements of subpart 42.12 of the FAR; and (cc) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (B) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (ii) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (8) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. ix) The provision at 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this acquisition. Addenda: Paragraph (a) is changed to read, "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. The following factors shall be used to evaluate offers: (i) Price a. Award will be made to the lowest priced offeror whose offer is conforming to the solicitation. Offers that fail to furnish required representations, required information or reject the terms and conditions of the solicitation may be excluded from consideration. See Attached Brand Name Justification x) Each offeror shall include a completed copy of the provision at 52.212-3, with it's Alternate I, Offeror Representations and Certifications--Commercial Items (Apr 2011), or update these on-line representations and certifications at https://sam.gov. xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012), applies to this acquisition. xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Apr 2012), applies to this acquisition. In addition, the following clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Aug 2012 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Dec 2010 FAR 52.212-1 Instructions to offerors- Commercial Items (CI) Feb 2012 FAR 52.212-2 Evaluation commercial items Jan 1999 FAR 52.212-4 Contract Terms and Conditions -Commercial Items Feb 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post Award Small Business Program Representation Apr 2012 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor-Cooperation With Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative action for Workers w/ Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb-2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jun 2012 DFARS 252.215-7007 Notice of Intent to Re-solicit Jun 2012 DFARS 252.223-7008 Prohibition of Hexavalent Chromium May 2011 DFARS 252.225-7000 Buy American - Balance of Payments Program Certificate Jun 2012 DFARS 252.225-7001 Buy American and Balance of Payments Program Jun 2012 DFARS 252.225-7035 Buy American - Free Trade Agreements - Balance of Payments Program Certificate. Jun 2012 DFARS 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program Jun 2012 DFARS 252.225-7036 Alt I Buy American-Free Trade Agreements -- Balance of Payments Program Jun 2012 DFARS 252.232-7003 Electronic Submission of payment Requests and receiving reports (To be checked under DFARS 252.212-7001) Jun 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 AFFARS 5352.201-9101 Ombudsman Apr 2010 xiii) N/A ixv) N/A xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: SSgt Derek Anderson, via fax to 907-552-7496 or e-mail: derek.anderson.6@us.af.mil. E-mail is preferred. Please forward all questions to SSgt Derek Anderson at derek.anderson.6@us.af.mil no later than 12PM Alaska Standard Time on 17th of April, 2013. An amendment will be issued all to answer all questions received, providing the Government's answers. Quotes are due no later than 12PM Alaska Standard Time on Tuesday, 23 April 2013; quotes shall include the following: b. Part 1- Price - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages. c. Part 2- Representations And Certifications (Reps/Certs) - Submit IAW para (x) above xvi) For information regarding this solicitation, contact SSgt Derek Anderson at (907) 552-7168. LIST OF ATTACHMENTS • Attachment 1: Pricing Schedule • Attachment 2: Brand Name Justification • Attachment 3: WAWF Instructions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-13-T-0016/listing.html)
- Place of Performance
- Address: JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN03035224-W 20130414/130412234141-7d042b95d9e8f7e6b6a60b48698ffe54 (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 |