Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2014 FBO #4653
MODIFICATION

42 -- Grand Forks AFB Fire Department Ladder test set

Notice Date
8/19/2014
 
Notice Type
Modification/Amendment
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
F2A3E34183A002
 
Point of Contact
Christopher H. Klaassen, Phone: 7017475292, Matt D. Sanders, Phone: 701-747-5281
 
E-Mail Address
christopher.klaassen@us.af.mil, matt.sanders.1@us.af.mil
(christopher.klaassen@us.af.mil, matt.sanders.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose for this amendment is to remove FAR Clause 52.219-6 Notice of Small Business Set-Aside due to the fact that this RFQ was issued as unrestricted. Combined Synopsis/Solicitation - Request for Quote (RFQ) Solicitation Number: F2A3E34183A002 POC: MSgt Christopher Klaassen, Grand Forks AFB, ND Phone: 701-747-5292 Email: christopher.klaassen@us.af.mil 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. The 319th Contracting Flight at 575 Tuskegee Airman Blvd bldg 418, Grand Forks AFB, ND 58205 intends to award a firm-fixed price task order for the purchase of a new fire department ladder test set. Prospective contractors shall be registered in System for Award Management (SAM), previously Central Contractor Registration (CCR) Database in order to be considered for award. Registration may be accomplished at web site: https://www.sam.gov/. Please contact MSgt Christopher Klaassen if you have any questions. This is an acquisition for Fire Department Ladder Test sets, or equal, as further defined in the price schedule. Award will be based on Lowest Price Technically Acceptable (LPTA). In order to be technically acceptable your proposal must meet the salient characteristics listed in the price schedule below. Quoted items that do not meet the minimum specifications will not be considered technically acceptable. All quotes must be returned to MSgt Christopher Klaassen (christopher.klaassen@us.af.mil) NLT 28 August 2014 at 2:00 PM CDT. Offerors may use their company's format in lieu of this format when submitting their offer as long as it contains the following information: Offeror's Company Name:____________________ Offeror's CAGE code or DUNS number: _____________________________ Offeror's Tax ID________________ Size of Business (large, small, woman-owned, etc): ___________________ Offeror's POC/Phone: __________________________________________ Delivery: ___________ calendar days/week (Circle one) Prompt Payment Discount (if any): _________ Federal Supply Schedule Contract No. (if applicable): _________________________ Expiration Date (if applicable): __________________ PRICE SCHEDULE ITEM DESCRIPTION OF MATERIAL OR SERVICES TO BE PURCHASED QUANTITY/UNIT UNIT PRICE TOTAL 0001 Roof Hook and Hardware Testing Set: part number: RHH1000, manufacturer: Ladder Technologies, Ltd. (or equal). All equipment must be in compliance with National Fire Protection Association (NFPA) 1932; Use, Maintenance, and Service Testing of Fire department Ground Ladders 2004 edition. 1 EA $ ________ $ _________ EXTENDED TOTAL: $ DELIVERY WITHIN (days ARO): PRICE SCHEDULE ITEM DESCRIPTION OF MATERIAL OR SERVICES TO BE PURCHASED QUANTITY/UNIT UNIT PRICE TOTAL 0002 Horizontal Bending Test Kit: Part number: HBT1000, manufacturer: Ladder Technologies, Ltd. (or equal). All associated equipment must be in compliance with National Fire Protection Association (NFPA) 1932; Use, Maintenance, and Service Testing of Fire department Ground Ladders 2004 edition. 1 EA $ ________ $ _________ EXTENDED TOTAL: $ DELIVERY WITHIN (days ARO): PRICE SCHEDULE ITEM DESCRIPTION OF MATERIAL OR SERVICES TO BE PURCHASED QUANTITY/UNIT UNIT PRICE TOTAL 0003 Storage and Shipping Crate: Crate must be able to safely and securely house all equipment associated with the ladder test set for both shipping and storage purposes. 1 EA $ ________ $ _________ EXTENDED TOTAL: $ DELIVERY WITHIN (days ARO): This RFQ is being issued as unrestricted; all responsible and technically acceptable offers will be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The NAICS code for the acquisition is 423830 and the size standard is 500 employees. The Government reserves the right to hold discussions with offerors. Discussions may or may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with requirements, and provides the lowest priced technically acceptable offer. Offeror's quotations/proposals must be valid through 30 Sep 2014. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text (see prescription for use): FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and conditions - Commercial Items FAR 52-222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messages While Driving FAR 52.223-13 Restrictions on Certain Foreign Purchases FAR 52-232-33 Payment by Electronic Funds Transfer - System for Award Management FAR 52-233-1 Disputes FAR 52-233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-34 FOB - Destination DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7006 Billing Instructions DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DFARS 252.232-7010 Levies on contract payments DFARS 252.247-7023 Transportation of Supplies by Sea FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) AFFARS 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: 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, Mr. Gregory S. Oneal, AFICA/KM, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. 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 Officer. Offers should be sent via e-mail, but may be sent in writing or by fax, to the Purchasing Agent, MSgt Christopher Klaassen and Mr. Matt Sanders, no later than 2:00 P.M. (CDT) on 8/28/2014 (Thursday, August 28th 2014) to 319 CONF/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58205, ATTN: MSgt Christopher Klaassen and Mr. Matt Sanders. For more information email christopher.klaassen@us.af.mil or call at # 701-747-5292 and matt.sanders.1@us.af.mil or call at # 701-747-5281. Fax # 701-747-4215.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A3E34183A002/listing.html)
 
Place of Performance
Address: Grand Forks AFB ND 58205, Grand Forks AFB, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN03471331-W 20140821/140820000550-c932cd0b09be246a2a8cc0941a22533c (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.