Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOLICITATION NOTICE

38 -- FOD Rock Sweeper - Solicitation Attachments

Notice Date
8/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2K2AE31183A001
 
Point of Contact
Tyler Wallace Macdonald, Phone: 5058460144
 
E-Mail Address
tyler.macdonald@kirtland.af.mil
(tyler.macdonald@kirtland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications for the FOD Rock Sweeper that the Government requires. Vendors who are offering an 'or equal' product must demonstrate how they meet these minimum requirements. This is the Word Document that contains all applicable clauses and provisions. Please note that contractors are required to sign and return their assertations in the DFARS provision 252.209.7997 to be considered for award. 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; quotes are being requested and a written solicitation will not be issued. This requirement is a 100% Total Small Business Set-Aside. The NAICS Code for this synopsis/solicitation is 333120, Size Standard 750 employees. Solicitation/Purchase Request number F2K2AE31183A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-697, Effective 1 August 2013. The Government intends to award (1) Firm-Fixed Price contract with (3) contract line item number (CLIN 0001, CLIN 0002, CLIN 0003) for a FODBuster with oversized hoppers and magnetic sweeper attachments. See attached document for complete requirement listing. NOTE: Please provide a BRAND NAME OR EQUAL quote for the item(s) below. If an "or equal" quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL THOROUGHLY DESCRIBE HOW THEIR PRODUCT MEETS ALL THE REQUIRED CHARACTERISTICS LISTED. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. CLIN 0001: Part Number FBR-22, FODBuster Rocksweeper Super Tri-Link Assembly or equal item. (Quantity: 1) CLIN 0002: Part Number OH-50 Oversized Hoppers or equal item. (Quantity: 12) CLIN 0003: Part Number M-103 Power Bar Magnetic Sweeper Attachment or equal item. (Quantity: 3) FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 60 Days ADC In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of lowest price technically acceptable. Offeror will be evaluated in accordance with FAR 13.106-2. In accordance with FAR 13.106(b)(1), offerors are notified that each may be required to provide documentation supporting the price, cost and/or cost realism supporting the quoted prices. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform price, cost and/or cost realism analysis is grounds to reject the quote. Offers may be submitted via: mail to AFNWC/PZIA, ATTN: SSgt Tyler Macdonald, 8500 Gibson Blvd. SE, Bldg 20202, Kirtland AFB, NM 87117; fax to (505) 846-4262 ATTN: SSgt Tyler Macdonald; or email to tyler.macdonald@kirtland.af.mil. Electronic documents shall be submitted in.pdf,.doc, or.xls. Communication containing documents in any other format, including.zip, may be blocked or stripped by the Government's server and may not be received by this office. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The following provisions and clauses apply to this procurement: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.223-18, 52.232-33] FAR 52.215-1, Instructions to Offerors - Competitive Acquisitions FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification FAR 52.232-1, Payments FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1, Disputes FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price)(Short Form) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.244-7000, Subcontracts for Commercial Items The following full text provisions and clauses apply to this procurement: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil AFFARS 5352.201-9101, Ombudsmen OMBUDSMAN (Nov 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, AFISRA ombudsmen, or AFNWC Ombudsmen: Ms Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Fax: (505) 846-0122 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, AFISRA level, or AFNWC 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 (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Deviation 2013-O0006 Class Deviation-Prohibition Against Using Fiscal year 2013 Funds to Contract with Corporations that have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law DFARS 252.209-7997 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriations. RERESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILTIY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-DoD APPROPRIATIONS (DEVIATION 2013-O0006) (a) In accordance with section 101(a)(3) of the Continuing Appropriations Resolution, 2013, (Pub. L. 112-175) none of the funds made available by that Act for general appropriations for DoD may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2K2AE31183A001/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03147500-W 20130815/130814000002-cca09e6478d338700550a5fbabc9b44d (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.