Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2013 FBO #4408
SOLICITATION NOTICE

41 -- Industrial Warehouse Fans - Statement of Work

Notice Date
12/17/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q2EM3298A001
 
Point of Contact
Warren C. Rehrer, Phone: 302-677-5028, Stephanie Smith, Phone: 302-677-5258
 
E-Mail Address
warren.rehrer@us.af.mil, stephanie.smith.19@us.af.mil
(warren.rehrer@us.af.mil, stephanie.smith.19@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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. The solicitation number is F1Q2EM3298A001 and this solicitation is being issued as a Request For Quotes. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer meets the minimum technical requirement at the lowest price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-71 and Defense Acquisition Circular 20131216. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 333413, size standard 500 employees. This requirement will be a brand name or equal, which means the salient physical, functional, or performance characteristics that "equal" products must meet are specified in the item desctription below. If offering an "equal product," the quote shall state so and shall provide product specifications, part numbers and pictures if available. If not provided the offer will not be considered. Note 1: To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of pricing for the items listed below and a proposed timeline for the installation. Evaluation Factors: 1. Price 2. Delivery and Installation time Note 2: The contractor agrees to hold the prices in its quote firm for at least 30 calendar days from the date specified for receipt of quote, unless another time period is specified. Note 3: The contractor shall include the provisions at 52.212-3, Representation and Certifications-Commercial Items. And shall be registered in System for Award Management (SAM) Registration: https://www.sam.gov/portal/public/SAM/ Note 4: Contractors are hereby notified that initial quote which are found incomplete may be rejected without affording the contractor an opportunity to satisfy the requirement of the Government. Notwithstanding the information included in support of the offeror's technical capability, the contractor must meet all requirements of this Request For Quote. Note 5: There will be one site visit for this requirement on 7 January 2014 at 2:00 p.m. EST. If you wish to attend the site visit please contact A1C Warren Rehrer no later than 24 December 2013 by 10:00 a.m. at 302-677-5028 or warren.rehrer@us.af.mil. To gain access to Dover AFB you must provide Full Name, DOB, Drivers License # and State. The Government will award a contract resulting from this solicitation to the responsible contractor that submitted a complete package according to this RFQ and meets the minimum technical requirement at the lowest price. The Government intends to award without discussions. Therefore contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote by 10 January 2014 at (1:00 PM) EST to the contracting office by email in order to be considered for award. If you have any questions, please send them to the POC below by 8 Jan 2014 at (1:00PM) EST. POC information: Warren Rehrer, A1C, USAF 302-677-5028 Warren.rehrer@us.af.mil ALT POC: Stephanie Smith 302-677-5042 Stephanie.smith.19@us.af.mil The contractor shall provide the items listed below in accordance with the attached Statement of Work: 0001- Big Ass Fan, 12' Powerfoil X2.0 or equal to. Qty - 3 0002- Big Ass Fan, 10' Powerfoil X2.0 or equal to. Qty - 1 0003- Big Ass Fan, 8' Powerfoil X2.0 or equal to. Qty - 1 0004- Big Ass Fan, 8' AirGo or equal to. Qty - 2 0005- Installation & shipping Qty - 1 *Pricing shall include installation and shipping F.O.B. Destination to Dover AFB, DE 19902.* The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. 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, IAW FAR 52.107 or view in the sites mentioned in provision 52.252.-1 and Clause 52.252.2. Provision 52.204-7, Central Contractor Registration Provision 52.211-6, Brand Name or Equal Provision 52.212-1 - Instructions to Offerors - Commercial Items Provision 52.212-2, Evaluation - Commercial Items Provision 52.212-3, Offerors Representations and Certifications - Commercial Items, Alt I Provision 52.237-1, Site Visit Provision 52.225-25, Prohibition on Engaging in Sanctioned Activites relating to Iran - Certification Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Provision 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State 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 a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) Provision 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act 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 a 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) Provision 252.225-7000, Buy American Act- Balance of Payments Program Certificate (a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) Clause 52.204-13, Central Contractor Registration Maintenance Clause 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set Aside 52.219-28, Post Award 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 52.222-42, Statement of Equivalent Rates for Federal Hires 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. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23160 - Electrician $25.75 - 36.25% (End of Clause) 52.222-50, Combating Trafficking in Persons, 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim. Clause 52.223-5, Pollution Prevention and Right-to-Know Information Clause 52.223-10, Waste Reduction Program Clause 52.225-18, Place of Manufacture Clause 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification Clause 52.232-39, Unenforceability of Unauthorized Obligations Clause 52.237-2, Protection of Government Buildings, Equipment, and Vegetation Clause 52.247-34, F.O.B Destination Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-6, Authorized Deviations in Clauses Clause 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7004, Alternate A, System for Award Management Clause 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials Clause 252.225-7001, Buy American Act and Balance of Payments Program Clause 252.225-7002, Qualifying Country Sources As Subcontractors. Clause 252.232-7003, Electronic Submission of Payment Requests Clause 252.232-7006, Wide Area Work Flow Payment Instructions Clause 252.232-7010, Levies on Contract Payments Clause 252.247-7023, Transportation of Supplies by Sea, Alt III Clause 5352.201-9101 Ombudsman Clause 5352.223-9001, Health and Safety on Government Installations Clause 5352.242-9000, Contractor Access to Air Force Installations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q2EM3298A001/listing.html)
 
Place of Performance
Address: Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN03253257-W 20131219/131217234956-bbaf436f9336367884f941d737052c50 (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.