Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2014 FBO #4633
SOLICITATION NOTICE

25 -- Trunk Mounted Weapons Racks - Package #1

Notice Date
7/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F2M3FR4092A001
 
Archive Date
8/21/2014
 
Point of Contact
William D. Underhill, Phone: 210-652-5047, Richard Bush, Phone: 210-652-8846
 
E-Mail Address
william.underhill.2@us.af.mil, richard.bush.3@us.af.mil
(william.underhill.2@us.af.mil, richard.bush.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. 1. Solicitation number is F2M3FR4092A001 Weapons Racks issued as a Request for Quotation (RFQ). 2. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-74 and DFARS Change Notice 20140715. 3. This acquisition is an unrestricted competitive acquisition in accordance with FAR subpart 12.603. The associated NAICS is 332999; size standard is 750 employees. 4. Requirement is for the purchase and installation of (26) trunk mounted weapon racks for the 502 SFS law enforcement sedans. Specific requirements for the weapons racks are listed in attachment 2 (SOW) of this RFQ. 5. Installation will be made to 802 SFS at 2445 George Avenue, Bldg 5275, JBSA-Lackland, TX, 78236. 6. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 7. The Government will award a firm fixed price contract resulting from this RFQ for the purchase of the highline docks listed in the Schedule of Supplies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is lowest among all proposals that were deemed to be technically acceptable and most advantageous to the Government. ADDENDUM TO FAR 52.212-2 Reference FAR 52.212-2, paragraph (a) is hereby tailored as follows: a. Price (Price Proposal). Contractors are required to complete the attached Schedule of Supplies/Services (Reference Attch. 1). b. Conformance to the Schedule of Supplies/Services. The proposal shall demonstrate the ability to deliver the required product. The brand name of the product being proposed must be included as part of the proposal to ensure the product meets the government specifications at Attch. 1. Offeror shall provide sufficient information and detail, i.e. brand name, part number, etc. that demonstrates the product(s) offered meets the specifications in this solicitation. If offering an EQUAL product, detailed item description must be included at proposal submission. See FAR 52.211-6 Brand Name or Equal. c. Past Performance. Past performance will demonstrate contractor/vendor's ability to deliver the supplies IAW the Schedule of Supplies/Services (Reference Attch. 1). Provide at least one (1) and not more than three (3) references (either Federal or Commercial). Furnish the following information for each reference listed: (i) Company/Division Name (ii) Product/Service (iii) Point of Contact, e-mail, and phone number (iv) Contract Number (v) Contract Dollar Value Past performance will be rated as acceptable/unacceptable based on the response from the references provided. The Government reserves the right to utilize past performance information gained from other sources (i.e., past performance databases, other government sources, etc.) to aid in evaluating past performance. If you have any questions, please contact SrA William Underhill at william.underhill.2@us.af.mil. 9. Offeror(s) is(are) required to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. 10. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and also Addendum to FAR 52.212-4. 11. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation), all FAR clauses cited in the clause are applicable to the acquisition. 12. NOTICE TO OFFERORS: 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 any offeror for any costs. 13. Defense Priorities and Allocations System: NA 14. Responses to this notice shall be provided in writing via e-mail to: SrA William Underhill at william.underhill.2@us.af.mil and copied to SSgt Richard Bush, at richard.bush.3@us.af.mil. All responses shall be received NLT 1:00 PM Central Standard Time on 6 August 2014. Email is the preferred method. Attachments 1. Applicable Clauses and Provisions 2. Statement of Work 3. Schedule of Supplies   Attachment 1: Applicable Clauses and Provisions The Clauses and Provisions listed below are applicable to this order and can be read in their full text at http://farsite.hill.af.mil 52.204-7 - System for Award Management 52.204-13 - System for Award Management Maintenance 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 - Contract Terms and Conditions -- Commercial Items 52.212-5 - Contract Terms and 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 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 - Buy American Act -Free Trade Agreements - Israeli Trade Act 52.225-3 - Buy American Act -Free Trade Agreements - Israeli Trade Act, Alternate I 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 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.225-7001 - Buy American and Balance of Payments Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.227-7015 - Technical Data-Commercial Items 252.227-7037 - Validation of Restrictive Markings on Technical Data 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.243-7001 - Pricing of Contract Modifications 252.247-7023 - Transportation of Supplies by Sea 252.247-7023 - Transportation of Supplies by Sea, Alternate III 52.211-6 - Brand Name or Equal 52.212-1 - Instructions to Offerors -- Commercial Items 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses 252.203-7005 - Representation Relating to Compensation of Former DOD Officials 252.204-7011 - Alternative Line Item Structure 252.225-7031 - Secondary Arab Boycott of Israel 52.212-3 Offeror Representations and Certifications--Commercial Items with Alt I. An offeror shall complete only paragraphs (b) of the provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) and Alt I of the provision. FAR 52.212-4 Addendum CONTRACT TERMS AND CONDITIONS - FEB 2012 COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the Software Licensing Agreement shall prevail in lieu thereof. (End of Clause) 52.219-4 Notice of Price Evaluation preference for HUBZone Small Business Concerns (July 2005) (a) Definition. "HUBZone small business concern," as used in this clause, means a small business concern that appears on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration. (b) Evaluation preference. (1) Offers will be evaluated by adding a factor of 10 percent to the price of all offers, except- (i) Offers from HUBZone small business concerns that have not waived the evaluation preference; and (ii) Otherwise successful offers from small business concerns. (2) The factor of 10 percent shall be applied on a line item basis or to any group of items on which award may be made. Other evaluation factors described in the solicitation shall be applied before application of the factor. (3) A concern that is both a HUBZone small business concern and a small disadvantaged business concern will receive the benefit of both the HUBZone small business price evaluation preference and the small disadvantaged business price evaluation adjustment (see FAR clause 52.219-23). Each applicable price evaluation preference or adjustment shall be calculated independently against an offeror's base offer. These individual preference amounts shall be added together to arrive at the total evaluated price for that offer. (c) Waiver of evaluation preference. A HUBZone small business concern may elect to waive the evaluation preference, in which case the factor will be added to its offer for evaluation purposes. The agreements in paragraph (d) of this clause do not apply if the offeror has waived the evaluation preference. o Offeror elects to waive the evaluation preference. (d) Agreement. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns; (2) Supplies (other than procurement from a nonmanufacturer of such supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other HUBZone small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other HUBZone small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other HUBZone small business concerns. (e) A HUBZone joint venture agrees that in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the HUBZone small business participant or participants. (f) A HUBZone small business concern nonmanufacturer agrees to furnish in performing this contract only end items manufactured or produced by HUBZone small business manufacturer concerns. This paragraph does not apply in connection with construction or service contracts. 52.252-1-- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil 252.232-7006 - Wide Area Workflow Payment Instructions (Jun 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area Workflow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Select the Create Invoice and Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to customer or by attachment to COMBO. Back up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer: See Inspection & Acceptance above. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the System. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAAC F67100 Issue by DoDAAC FA3089 Admin DoDAAC FA3089 Inspect By DoDAAC See schedule Ship to Code F2MRAL ------------------------------------------------------------------------ (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications'' field of WAWF once a document is submitted in the system: Not Applicable (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact: Not Applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. 5352.201-9101 OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman. The ombudsman for AETC Contracting Squadrons is Mr. David E. Jones, Deputy Director of Contracting, AFICA/KT, 2035 First Street West, JBSA Randolph TX 78150-4304, telephone 210-652-1722; facsimile 210-652-8344. The alternate ombudsman for AETC Contracting Squadrons is Mr. Stephen G. Smith, Chief Clearance & Programs Support Division, 2035 First Street West, JBSA Randolph TX 78150-4304, telephone 210-652-7075. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Office.   Attachment 2: Statement of Work STATEMENT OF WORK FOR INSTALATION OF TRUNK MOUNTED WEAPON RACKS IN ALL 502 SFS LAW ENFORCEMENT SEDANS 1. DESCRIPTION OF SERVICES: The contractor shall provide all personnel, equipment, tools, materials, supervision, incidentals, and any other items and services necessary to install trunk mounted weapon racks in all (26) 502 SFS law enforcement sedans. All materials and accessories shall be installed in accordance with industry standards and manufacturer's recommendation. 2. LOCATION: Bldg. 5275 Security Forces Squadron 3. PROJECT DESCRIPTION: This project requires vehicle mounted weapon racks that meet the following requirements: (a) Hardware mounted to vehicle (b) Metal construction (c) Rack in a sedan trunk (d) Equipped with a mechanical, electronic or electro-magnetic safety lock (e) Integrated trigger guard (Rack) (f) Allow the M-4/AR15 to be secured with a 30 round magazine loaded 4. STORAGE AND PARKING: No contractor storage is required for this project. Parking shall be in the vicinity of the job site. 5. PROJECT SCHEDULE: Contractor shall install all racks within 28 calendar days of receipt of the contract. 6. WORKMANSHIP: The contractor shall perform all operations in a professional and complete manner. The work shall be in strict accordance with the prevailing industry standards. 7. QUALITY ASSURANCE: The 502 SFS/S4 shall inspect all work performed by the contractor. Work performance shall be deemed satisfactory and acceptable to the government by the contracting officer and 502nd SFS/S4. 8. COMPLETION OF WORK: The contractor shall ensure that work for this project is performed in accordance with the criteria herein, and that all relevant materials, finishes, equipment, and systems shall be fully operational at the completion of work for this project. END OF STATEMENT OF WORK   Attachment 3: Schedule of Supplies Schedule of Supplies tem # Description Qty Unit Price Ext Price 0001 0002 Trunk mounted weapons rack for AR 15 / M-4. Weapons Rack must have capability to store AR 15 / M-4 with all attached accessories (ACOG, M68, flashlight, forward grip handle, weapon sling, 30 round magazine loaded) Installation IAW attached Statement of Work 26 ea. 26 ea. Total
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F2M3FR4092A001/listing.html)
 
Place of Performance
Address: 2445 George Avenue, Bldg 5275, JBSA-Lackland, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03442758-W 20140801/140730234811-1b07eb12be2cdf3d81784efad37ea930 (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.