Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2013 FBO #4323
SOLICITATION NOTICE

23 -- Vehicle A/C Unit and Generator Installation - Photo - Statement of Work

Notice Date
9/23/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
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
F4A2003200A001ACUNIT
 
Archive Date
10/10/2013
 
Point of Contact
Matthew S. Lahr, Phone: 8502831260, Quinton M. Mitchell, Phone: 8502834135
 
E-Mail Address
matthew.lahr.1@us.af.mil, quinton.mitchell@us.af.mil
(matthew.lahr.1@us.af.mil, quinton.mitchell@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Vehicle Modification - A/C Unit and Generator Insallation Photo of vehicles requiring service. Combined Synopsis/Solicitation for A/C Unit and Generator Installation On (4 Each) 2011 Chevy Multi-Stop Vans 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 F4A2003200A001 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69, effective 22 July 2013. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 811198. The Small Business Administration size standard is $7,000,000.00. Contract Line Item Number (CLIN): 0001: Install Generator and Air Conditioning Units on (4 Each) 2011 Chevrolet multi-stop vans in accordance with statement of work to include warranty package. Evaluation Factors Offers shall only be considered where the place of performance for the subject requirement will be located within a 185 mile radius of Tyndall AFB, FL. 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 proposal 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: 52.204-7 - System for Award Management 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 - System for Award Management Maintenance 52.211-6 - Brand Name or Equal 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 & 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 52.219-28 - Post-Award Small Business Program Representation 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 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-41 - Service Contract Act of 1965 52.222-50 - Combat Trafficking Persons 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 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 ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") 52.222-42 - Statement of Equivalent Rates for Federal Hires (FULL TEXT) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. 05040, AUTOMOTIVE WORKER, WG-8, STEP 2, $24.82 The following Department of Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7004 - Alternate A, System for Award Management 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.225-7001 - Buy American Act-Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.243-7001- Pricing of Contract Modifications 252.247-7023 - Transportation of Supplies by Sea - Alt III The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies to this procurement: 5352.201-9101 - ACC Ombudsman 5352.223-9000 - Elimination of Use of Class 1 Ozone Depleting Substances (ODS) 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 Quotes 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 RFQ 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 shall 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 A1C Matthew Lahr at (850)283-1260 or at matthew.lahr.1@us.af.mil NO LATER THAN 25 September 2013, 2:00 PM (CST). Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eb789000cfebe10bb715bb9484285860)
 
Place of Performance
Address: Tyndall AFB, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03198395-W 20130925/130923235046-eb789000cfebe10bb715bb9484285860 (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.