Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
MODIFICATION

19 -- Small Response Boats - Amendment 3

Notice Date
8/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
F4A3503182A001
 
Archive Date
9/24/2013
 
Point of Contact
Ashley A. Davis, Phone: 850-283-8618, Nicole M. Dean, Phone: 850 283-3375
 
E-Mail Address
ashley.davis@tyndall.af.mil, Nicole.Dean@tyndall.af.mil
(ashley.davis@tyndall.af.mil, Nicole.Dean@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 3, small response boats specifications Combined Synopsis/Solicitation for Small Reponse Boats 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/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4A3503182A001 and is issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-67, effective 22 July 2013 and DPN 20130710. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 336612. The business size standard is 500 employees. Contract Line Item Numbers (CLINS): 0001: Small Response Boat, 1 each Provide all labor, tools, and materials to provide small response boat to the 325th Security Forces Squadron in accordance with the attached specifications. 0002: Small Response Boat, 1 each Provide all labor, tools, and materials to provide small response boat to the 325th Security Forces Squadron in accordance with the attached specifications. Depending on the amount of funding received, the Government reserves the right to award ALL, SOME, or NONE of the CLINs listed above. Delivery must be accomplished no later than 30 September 2014. Evaluation Factors This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2, as supplemented. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated cost or price. The Government reserves the right to award without discussions, therefore, each 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 determined necessary by the Contracting Officer. In accordance with FAR 52.212-2, Evaluation-Commercial Items, the following factors shall be used to evaluate offers: 1. Technical Capability 2. Price Technical Capability: Offeror's boat specifications will be evaluated against the attached specifications on a pass/fail basis. Provisions/Clauses The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.203-3 - Gratuities 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government 52.204-4 - Printed or Copied Double-Sided on Recycled Paper 52.204-7 System for Award Management 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13- System for Award Management Maintenance 52.209-6 - Protecting the Govt's Interests when Sub with Contractors debarred, Suspended... 52.209-7 - Information Regarding Responsibility Matters 52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation-Commercial Items 52.212-3 Alt I - Offeror Representations and Certifications -Commercial Items 52.212-4 - Contract Terms and Conditions-Commercial Items 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6 - Notice of Total Small Business Set-Aside 52.219-8 - Utilization of Small Business Concern 52.219-14 - Limitations on Subcontracting 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity for Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports on Veterans 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act 52.222-50 - Combat Trafficking Persons 52.225-13 - Restrictions on Certain Foreign Purchases 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.232-33 - Payment by Electronic Funds Transfer-System for Award Mangement 52.233-1 - Disputes 52.233-2 - Service of Protest (325th Contracting Squadron, 501 Illinois Ave, Ste 5, Tyndall AFB) 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.246-16 - Responsibility for Supplies 52.247-34 - F.O.B. Destination 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.203-7005 - Rerepresentation Relating to Compensation of Former DoD Officials 252.209-7004 - Subcontracting with Firms That Are Owned/Controlled by the Gov't of a Terrorist Country 252.211-7003 - Item Identification and Valuation 252.225-7000 - Buy American Act-Balance of Payment Program Certificate 252.225-7001 - Buy American Act and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.225-7012 - Preference for Certain Domestic Commodities 252.232-7003 - Electronic Submission of Payment Request & Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.243-7002 - Requests for Equitable Adjustment 252.247-7022 - Representation of Extent of Transportation by Sea 252.247-7023 - Transportation of Supplies by Sea 5352.201-9101 - ACC Ombudsman There is no commitment by the Government to issue an award as a result of this combined synopsis/solicitation. In accordance with AFFARS MP5332.7, Release of Requests for Proposals in Advance of Funding Availability: "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 the offeror for any costs." The proposal provided in response to this RFP must remain valid through 30 September 2013. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling the SAM Registration Center at 1-866-606-8220. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), delivery date, and warranty terms. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. NOTE: Interested parties submitting proposals MUST also include descriptive literature that demonstrates functional capabilities and specifications of their product. Please send any proposals/questions to SrA Ashley Davis at (850)283-8618 at Ashley.Davis.17@us.af.mil NO LATER THAN 9 September 2013, 12:00 PM (CST). Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2013-08-20 17:45:52">Aug 20, 2013 5:45 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2013-08-26 17:31:55">Aug 26, 2013 5:31 pm Track Changes The deadline for questions has been extended. Please submit all questions no later than Wednesday, 28 August, 4:30 PM central time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/36b4b5ebe1b9dc109f1996518a5d8107)
 
Place of Performance
Address: 325 Security Forces Squadron, 515 Suwannee Road, Tyndall AFB, Florida, 32404, United States
Zip Code: 32404
 
Record
SN03161893-W 20130828/130826234906-36b4b5ebe1b9dc109f1996518a5d8107 (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.