Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2013 FBO #4383
MODIFICATION

68 -- Compressed Gas

Notice Date
11/22/2013
 
Notice Type
Modification/Amendment
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-14-R-0009
 
Archive Date
12/20/2013
 
Point of Contact
Zinnia P. Avalos, Phone: 9375224646, Jennifer R. Begg, Phone: 9375222277
 
E-Mail Address
zinnia.avalos@wpafb.af.mil, Jennifer.Begg@us.af.mil
(zinnia.avalos@wpafb.af.mil, Jennifer.Begg@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition will use Simplified Acquisition Methods in accordance with FAR Subpart 13.3. This announcement, with its attachments, constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Contract financing is NOT provided for in this acquisition. The Government intends to make multiple award BPA pursuant to this solicitation to the offeror whose offer, conforming to the solicitation requirements, represents the best value to the Government, price and other factors considered. The Government intends to award without discussions and the Government reserves the right to make no award at all depending upon the quality of offers received. Solicitation Number : The solicitation number for this requirement is FA8601-14-R-0009. The NAICS code for this acquisition is 325120 and the associated small business size standard is: 1,000 employee size standard. This requirement has not been set-aside for small business concerns. Requirement : Wright-Patterson AFB requires compressed gases and cylinders for use as well as refill government cylinders for compressed gases. Items are to be provided in accordance with "Requirements for Compressed Gas" document dated 25 Oct 2013, which is located at attachment 1. The Contracting Officer (CO) has determined that a Pre-Priced Blanket Purchase Agreement (BPA) is the most appropriate method for procuring this requirement. A BPA is a simplified method of filling anticipated repetitive needs for supplies or services by establishing "charge accounts" with qualified sources of supply. Supplies or services are ordered by placing calls against the BPA by personnel authorized by the CO to make such calls. The contractor provides the supplies or performs the services covered under the BPA IAW the BPA Terms of Agreement at the prices on the price list approved by the CO. The contractor submits price lists for the CO's approval, which are valid for a specific period of time (normally one year); i.e. 5 Sep 2013 through 4 Sep 2014. The BPA will be written for a period of 4 years, during which the Government is only obligated for authorized purchases made under the BPA. Therefore, a BPA does not include any minimum purchase requirement or maximum dollar limitation. The Government is not obligated to make any calls against the BPA, which may be cancelled by the Government or the contractor in accordance with the cancellation terms specified in the BPA Terms of Agreement. For additional information on BPAs refer to Federal Acquisition Regulation 13.303. All prospective awardees are required to register in the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at https://www.sam.gov. Prior to BPA award your company must be registered with SAM. All Contractors must also have a DUNS number. The DUNS number is a nine-digit number assigned by Dun and Bradstreet Information Services. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within the United States, should call Dun and Bradstreet at 1-800-333-0505. The offeror should be prepared to provide the following information: (1) Company name. (2) Company address. (3) Company telephone number. (4) Line of business. (5) Chief executive officer/key manager. (6) Date the company was started. (7) Number of people employed by the company. (8) Company affiliation. Provisions and Clauses : Applicable provisions and clauses are incorporated in the attached solicitation document. Federal Acquisition Regulation (FAR) provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-70, effective 30 Sep 2013. Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20131031, effective 31 Oct 2013. Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2013 Baseline, effective 27 Aug 2013. Specific Instructions for Submission of Offers in Addition to those in FAR 52.212-1-Instructions to Offerors-Commercial Items: 1. Offerors must submit a price list that reflects firm-fixed prices per occurrence for the following items specified in the "Requirements for Compressed Gas" document dated 25 October 2013 at attachment 1. The price of an individual call shall not exceed $25,000. The price list must also include: 1) Offeror's name, address, voice phone number, and tax identification number (TIN) 2) Point of contact's name, voice phone number, fax number, and email address 3) Price list number, date, and effective period - normally a minimum of one year 4) Item number for the items described above and the associated price for each item 2. Offerors must complete and submit with their price list the following representations and certifications, which are incorporated into the BPA Terms and Conditions, Provisions and Clauses. FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I DFARS 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations If the offeror has not completed the DFARS 252.209-7994 online, the offeror shall complete and return a copy of the provision with its offer. Evaluation : The evaluation factors for this solicitation are Technical and Price. Technical : The Government will review the documentation provided by the offeror and make an assessment of the offeror's ability providing the requirement stated to the standards specified therein. Price : The Government will evaluate the proposed price of each item to determine if prices conform to the "Specific Instructions to Offerors" above. The total evaluated price (TEP) of an offer will be the sum of the prices of all items required. An offeror will be unawardable if prices are not submitted IAW the "Specific Instructions to Offerors" above, if the TEP is determined not be fair and reasonable or if the price of any item is determined to be not fair and reasonable. Award : Award will be made to the offeror whose offer conforms to the solicitation; demonstrates that the offeror is capable of providing the requirement stated to the standards specified therein; includes evidence of insurability IAW solicitation clauses 52.237-7; and proposes prices that conform to the "Specific Instructions to Offerors," are determined to be fair and reasonable, and represent the best overall value to the Government. Consent to RFP Terms and Conditions : Submission of offers in response to this solicitation constitutes assent by the offeror to all of its terms and conditions including its attachments, which, with the exception of provisions, will be incorporated into the resulting BPA. Due Date and Point of Contact : Questions in response to this announcement must be received in writing and e-mailed to zinnia.avalos@us.af.mil no later than 10:00 AM, Eastern Daylight Time on 5 December 2013. Questions will be responded to no later than 10:00 AM, Eastern Daylight Time on 5 December 2013. Price lists and responses must be received no later than 10:00 AM, Eastern Daylight Time on 5 December 2013. E-mail proposals to zinnia.avalos@us.af.mil or send hard copies to: AFLCMC/PZIOA Attn: Zinnia Avalos 1940 Allbrook Drive, Room 109 WPAFB, OH 45433-5344 Be advised that all e-mail correspondence related to this RFP shall contain a subject line that reads " FA8601-14-R-0009, Compressed Gas." Note that e-mail filters at Wright-Patterson are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson. If sending attachments with e-mail, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The e-mail filter may delete any other form of attachments. Direct any and all questions regarding this requirement to Zinnia Avalos at (937) 522-4646 or zinnia.avalos @us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-R-0009/listing.html)
 
Place of Performance
Address: 1940 Allbrook Drive, Room 109, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03240237-W 20131124/131122234756-7e73342264586545cd4f4640c600b73a (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.