Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2014 FBO #4477
MODIFICATION

W -- Reefer and Dry Trailer-Rental - Amend_Statement of Work - Amend_Pricing Schedule

Notice Date
2/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-14-T-0023_Reefer_Dry_Trailers
 
Archive Date
3/18/2014
 
Point of Contact
Ashly N. Martin,
 
E-Mail Address
ashly.martin@us.af.mil
(ashly.martin@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment to CLIN structure. Please see attachment of pricing schedule. Amendment to CLIN structure. Please see attachment of statement of work. COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Refrigerated and Dry Trailers (i) 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 are being requested and a written solicitation will not be issued. (ii) Solicitation FA5000-14-T-0023 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective 30 Jan 2014. The DFARS provisions and clauses are those in effect to DPN 20140129 effective 29 Jan 2014. The AFFARS provisions and clauses are those in effect to AFAC 2013 Baseline effective 27 Aug 2013. (iv) This is an unrestricted requirement. The associated North American Industrial Classification System (NAICS) code for this procurement is 532120 with a small business size standard of $35.5M. (v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: Line Item Description Quantity 0001 40-45 Foot Refrigerated Trailer See Statement of Work x 2 0002 40-45 Foot Dry Trailer See Statement of Work x 1 0003 40 Foot Dry Trailer See Statement of Work x 2 0003-AA 40 Foot Dry Trailer See Statement of Work (Period of Performance) x 2 (vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: 673RD/FSS/FSR 600 Fort Richardson Drive Ste B359 JBER, AK 99506-3240 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: Part I - Technical Acceptability and Part II - Price Proposal. a. PART 1- TECHNICAL ACCEPTABILITY - Submit one (1) copy of technical acceptability narrative, limit to 10 pages. b. PART 2- PRICE - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages. 3. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications above. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's 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 later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 4. System for Award Management Registration. (a) Definitions. As used in this provision- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the System for Award Management (SAM) database" means that- (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record "Active". (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical acceptability of the item offered to meet the Government requirement; (ii) price The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable, the award will be made without further consideration. If found technically unacceptable, the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above and the following: Line Item Description Quantity 0001 40-45 Foot Refrigerated Trailer See Statement of Work x 2 0002 40-45 Foot Dry Trailer See Statement of Work x 1 0003 40 Foot Dry Trailer See Statement of Work x 2 0003-AA 40 Foot Dry Trailer See Statement of Work (Period of Performance) x 2 This is not a brand name purchase. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Each offeror shall include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items (Apr 2011), or ensure the Representations and Certifications are updated at www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2013), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jan 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations May 2012 FAR 52.219-28 Post Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.223-7008 Prohibition of Hexavalent Chromium June 2013 DFARS 252.232-7003 Electronic Submission of payment Requests and receiving reports Jun 2012 DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Jun 2013 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea May 2002 AFFARS 5352.201-9101 Ombudsman Nov 2012 (xiii) N/A (xiv) N/A (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: SFC Martin, Ashly via fax to 907-552-0544 or e-mail: ashly.martin@us.af.mil. E-mail is preferred. Please forward all questions to SFC Martin, Ashly, at ashly.martin@us.af.mil no later than 12:00 p.m. Alaska Standard Time on 26 February 2014. An amendment will be issued answering all questions received, providing the Government's answers. Quotes are due no later than 10:00 a.m. Alaska Standard Time on 3 March 2014; quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative, limit to 10 pages. b. Part 2- Price - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages. BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. (xvi) Quotations shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: SFC Martin Ashly, via fax to 907-552-0544 or e-mail: ashly.martin@us.af.mil. Email is preferred. For information regarding this solicitation, contact SFC Martin Ashly, at ashly.martin@us.af.mil. List of Attachments: • Attachment 1: Pricing Schedule • Attachment 2: Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-14-T-0023_Reefer_Dry_Trailers/listing.html)
 
Place of Performance
Address: JBER, ALASKA 99506, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03294679-W 20140226/140224234112-22e886704b6cefe3844f33f1bd2c5f8c (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.