Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2014 FBO #4647
SOLICITATION NOTICE

99 -- DIESEL ROAD CONCRETE SAW

Notice Date
8/13/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, US Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270, United States
 
ZIP Code
09461-0270
 
Solicitation Number
F3B3E24148A001
 
Archive Date
9/9/2014
 
Point of Contact
Eric J. Schaffstein, Phone: 3142262217
 
E-Mail Address
eric.schaffstein@us.af.mil
(eric.schaffstein@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation RFQ - CONCRETE SAW - Reference (F3B3E24148A001) Requesting Agency: 100th Civil Engineering Squadron - 100th CES RAF Mildenhall, Brandon, Suffolk, United Kingdom IP28 8NG Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13.5, 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. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. In order to be considered for award, offeror must adhere to all quotation requirements detailed herein. Submit written quotes in reference to Request for Quote (RFQ) reference F3B3E24148A001. ***To be considered for award, you or your company must be System for Award Management (SAM), www.sav.gov registered and subsequently enrolled in Wide Area Workflow (WAWF), https://wawf.eb.mil/, for purpose of invoice/payment if awarded the contract. Please note that WAWF is the ONLY ACCEPTABLE means of invoicing and payment. Offerors should provide their DUNS number, CAGE code, and confirmation of their SAM registration along with their quote. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 333120, Construction Machinery Manufacturing. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-76 effective 25 July 2014, DPN 2014085 effective 05 August 2014, AFAC 2014-0421 effective 21 April 2014. ALL REPLIES SHOULD BE SENT VIA EMAIL WITH THE SOLICITATION NUMBER F3B3E24148A001 IN THE SUBJECT LINE. PRICE SCHEDULE: 1EACH __________________________________PRICE IN USD DESCRIPTION: (EQUAL PRODUCT IS ACCEPTABLE) Husqvarna FS6600D 36" Road Saw c/w 2 x Blades - 66Hp John Deere Diesel Husqvarna Product Description:The FS6600D is a fully self propelled, powerful and highly efficient, super productive road saw suitable for all sawing applications and is powered by a 66hp John Deere 4-cylinder turbocharged diesel engine, which is designed for large sized jobs such as airports, highways, larger service work and other cutting applications where high production is a concern/requirement. Maximum Blade Capacity 36"/900mm. Maximum Cutting Depth 380mm Weight 850kg FAR 52.323-18: Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) FAR 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 address: http://farsite.hill.af.mil/ FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998) 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. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ The following clauses and provisions apply to this solicitation and are included by reference: Addenda to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To assure the timely and equitable evaluation of quotations, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph B - Quote Specifics. B. Quote Specifics: All quotes must include the following information: 1. Vendor's complete mailng and remittance address. 2. Discount for prompt payment, if any. 3. Offeror shall be enrolled in the System for Award Management (SAM) database (www.sam.gov). 4. Quotes shall be quoted in United States Dollars and shall be valid through 01 October 2014. 5. Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.). 6. Return a completed copy of Offeror Representations and Certifications; please see FAR 52.212-3 with ALT I attached to this solicitation for additional direction OR provide updated information electronically through ORCA at www.sam.gov C. Quotes are due to this office no later than 12:00p.m. British Summer Time Tuesday, 26 August 2014. Quotes may be sent via e-mail to TSgt Eric.Schaffstein@us.af.mil. (End Addendum) FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) A. Award Basis: The Government's evaluation of the quotation will fully account for the evaluation factors identified and required under the Addendum to FAR 52.212-1. The evaluation of these factors will utilize the lowest price technically acceptable award basis. Quotes that do not meet the quote specifics will be deemed technically unacceptable, and therefore not considered for award. B. Evaluation: Evaluation factors required under FAR 52.212-1 will be evaluated by the Government as follows: 1. Price: To evaluate price reasonableness, a comparison will be made amongst all received quotations and the Government's estimate. 2. Technical Qualification: An offer's quotation will be considered technically acceptable if it meets the technical specifications detailed in the attached "Specs Sheet" (Attachment 1). Quotations that do not meet these requirements will be considered unacceptable and therefore under the evaluation process will not be considered for award. C. AWARD DETERMINATION: As a result of the Government's aforementioned evaluation, only those vendors whose quotes are determined to be technically acceptable will be considered for award. No trade-offs will be permitted between price, and the non-price factor of technical capability. This is a competitive solicitation for quotations on a Lowest Price Technically Acceptable basis conducted in accordance with FAR parts 12 and 13. The Government will award from among the technically acceptable quotes based on price and technical acceptance. Federal Acquisition Regulation (FAR) Provisions/Clauses by Reference: 52-204-7 System for Award Management 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.222-50 Combating Trafficking in Persons Alternate I 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications 52.232-1 Payments 52.232-8 Discounts for Prompt Payment 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit (Apr 1984) 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.252-6 Authorized Deviations in Clauses Department of Defense Federal Acquisition Regulations (DFAR) Provisions/Clauses by Reference: 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 (Required Central Contractor Registration) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms That are Owned or Controlled by the Government of a Terrorist Country 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: _X_ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). (23) _X_ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (29)(i) _X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (iv) _X_ Alternate III (MAY 2002) of 252.247-7023. 252.222-7002 Compliance with Local Labor Laws (overseas) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 52.252-5 Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 52.252-6 Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 5352.201-9101 Ombudsman (Sep 2010) (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 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, concerned parties may contact the Center/MAJCOM ombudsmen: Primary Command Ombudsman: Mr Douglas Guldan HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: douglas.guldan@us.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate Command Ombudsman: Ms. Heidi Hoehn HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: heidi.hoehn@ramstein.af.mil Tel: (49)-6371-47-9330, Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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 Officer. (End of clause) 5352.223-9001 Health and Safety on Government Installations (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. If you have any questions or concerns, please contact one of the following: Primary point of contact: TSgt Eric Schaffstein Eric.Schaffstein@us.af.mil ALL REPLIES SHOULD BE SENT VIA EMAIL WITH THE SOLICITATION NUMBER F3B3E24148A001 IN THE SUBJECT LINE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6005982798b5d8c5a3cb26294e1ccd51)
 
Record
SN03464705-W 20140815/140814001027-6005982798b5d8c5a3cb26294e1ccd51 (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.