Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2014 FBO #4655
SOLICITATION NOTICE

84 -- Hydration Units for BOT,COT, and AMS

Notice Date
8/21/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XJA84223A001
 
Archive Date
9/19/2014
 
Point of Contact
Russell O. Davis, Phone: 334-953-3531, Rolfy D. Caceres, Phone: 334-953-3538
 
E-Mail Address
russell.davis.5@us.af.mil, rolfy.caceres.1@us.af.mil
(russell.davis.5@us.af.mil, rolfy.caceres.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. 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; quotes are being requested and a written solicitation will not be issued. This requirement is issued as a Request for Quote (RFQ) (Reference-Number F2XJA84223A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-76 (25 Jul 2014) and the DPN 20140805 effective 05 Aug 2014. A Firm Fixed Priced contract award will be made in accordance with the following: NAICS Code: 339920; size standard: 500 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTES: 1. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. 2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. NATURE OF ACQUISITON: The Officer Training School on Maxwell AFB, AL has a requirement to purchase the below listed items. This procurement will be awarded as full and open competition. All inquiries/responses to this notice must be received by 04 September 2014, 4:00 p.m. CDT. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: BASE YEAR: 15 SEP 2014 - 30 MAY 2015 CLIN 0001: 3 Liter Hydration Carrier - Manufacturer: Raine, Inc.; Part Number: 27HC3L-BK or equal. Over the back hydration pack, designed to carry 3L hydration bladder. Minimum 1.5" shoulder straps. Minimum 1" carrying handle. Black in color. Quantity: 360 Unit: Ea CLIN 0002: 3 Liter Hydration Bladder - Manufacturer: Hydrapak; Part Number: FW69022 or equal. Constructed of minimum.4 mm thermoplastic polyurethane. Wide opening for quick filling. Bite Valve. Quantity: 381 Unit: Ea CLIN 0003: 3 Liter Hydration Carrier - Manufacturer: Raine, Inc; Part Number: 27HC3L-BK or equal. Over the back hydration pack, designed to carry 3L hydration bladder. Minimum 1.5" shoulder straps. Minimum 1" carrying handle. Black in color. Quantity: 403 Unit: Ea CLIN 0004: 3 Liter Hydration Bladder - Manufacturer: Hydrapak; Part Number: FW69022 or equal. Constructed of minimum.4mm thermoplastic polyurethane. Wide opening for quick filling. Bite Valve. Quantity: 1380 Unit: Ea CLIN 0005: 3 Liter Hydration Carrier - Manufacturer: Raine, Inc; Part Number: 27HC3L-BK or equal. Over the back hydration pack, designed to carry 3L hydration bladder. Minimum 1.5" shoulder straps. Minimum 1" carrying handle. Black in color. Quantity: 175 Unit: Ea CLIN 0006: 3 Liter Hydration Bladder - Manufacturer: Hydrapak; Part Number: FW69022 or equal. Constructed of minimum.4mm thermoplastic polyurethane. Wide opening for quick filling. Bite Valve. Quantity: 300 Unit: Ea CLIN 1001: 3 Liter Hydration Bladder - Manufacturer: Hydrapak; Part Number: FW69022 or equal. Constructed of minimum.4mm thermoplastic polyurethane. Wide opening for quick filling. Bite Valve. OPTION YEAR 1: PERIOD OF PERFORMANCE 31 MAY 2015 - 30 MAY 2016 Quantity: 2800 Unit: Ea CLIN 2001: 3 Liter Hydration Bladder - Manufacturer: Hydrapak; Part Number: FW69022 or equal. Constructed of minimum.4mm thermoplastic polyurethane. Wide opening for quick filling. Bite Valve. OPTION YEAR 2: PERIOD OF PERFORMANCE 31 MAY 2016 - 30 MAY 2017 Quantity: 2800 Unit: Ea CLIN 3001: 3 Liter Hydration Bladder - Manufacturer: Hydrapak; Part Number: FW69022 or equal. Constructed of minimum.4mm thermoplastic polyurethane. Wide opening for quick filling. Bite Valve. OPTION YEAR 3: PERIOD OF PERFORMANCE 31 MAY 2017 - 30 MAY 2018 Quantity: 2800 Unit: Ea CLIN 4001: 3 Liter Hydration Bladder - Manufacturer: Hydrapak; Part Number: FW69022 or equal. Constructed of minimum.4mm thermoplastic polyurethane. Wide opening for quick filling. Bite Valve. OPTION YEAR 4: PERIOD OF PERFORMANCE 31 MAY 2018 - 30 MAY 2019 Quantity: 2800 Unit: Ea Delivery Date: Base year: 30 Days after date of award Option Period 1: 31 May 2015 Option Period 2: 31 May 2016 Option Period 3: 31 May 2017 Option Period 4: 31 May 2018 Delivery Address: HQ AFOATS/OTS 501 East Lemay Plaza North Bldg 1487 Maxwell AFB Shipping will be FOB Destination QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must submit dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror accedes to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. c. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. d. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. e. Responses to this notice shall be provided in writing via e-mail to TSgt Russell Davis at russell.davis.5@us.af.mil. All responses shall be received NLT 4:00 PM CST on 4 September 2014. Email is the preferred method. Points of Contact: TSgt Russell Davis, Contracting Specialist, Phone (334) 953-3531, Fax (334) 953-3543. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." For quotes determined technically acceptable, a best value selection will be based on price. Technical Acceptability: An offer will be determined technically acceptable if the offeror: a) submits a dated quote, on company letterhead with unit prices and extended prices in response to this solicitation. b) meet all minimum requirements and takes no exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions. Quotes will be assigned ratings of Acceptable (clearly meetsminimum requirements) and Unacceptable (does not clearly meet minimum requirements). Price: The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. CONTRACT TERMS AND CONDITIONS: The following clauses apply: 52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract Terms and Conditions -- Commercial Items 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-19 Child Labor-Cooperation With Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-37 Employment Reports on Veterans 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction 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 52.242-13 Bankruptcy 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7003 Agency Office Of The Inspector General 252.204-7003 Control Of Government Personnel Work Product 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7012 Preference For Certain Domestic Commodities 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 252.243-7002 Requests For Equitable Adjustment 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation Of Supplies By Sea-Basic By Full Text: FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation 2013-O0019) (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) 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) 52.252-2 -- Clauses Incorporated by Reference. 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/these address(es): http://farsite.hill.af.mil/ (End of Clause) 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, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Acquisition Support Branch, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@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. (End of clause) SPECIAL INSTRUCTION 114 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) SPECIAL INSTRUCTION 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: willie.moore.2@us.af.mil Contract Specialist: russell.davis.5@us.af.mil Contracting Officer: sandra.turner.1@us.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: By Reference: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7 System for Award Management 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors -- Commercial Items 52.217-5 Evaluation of Options 252.204-7004 Alternate A, System For Award Management 252.204-7011 Alternative Line Item Structure 252.209-7001 Disclosure Of Ownership Or Control By The Government Of A Terrorist Country 252.211-7006 Passive Radio Frequency Identification 252.215-7007 Notice Of Intent To Resolicit 252.215-7008 Only One Offer By Full Text: FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Offerors are reminded that Representations and Certifications are maintained at the following website: http://www.acquisition.gov. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. 52.233-2 -- Service of Protest. (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 50 South LeMay Plaza, Bldg 804, Maxwell AFB, Al 36112. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJA84223A001/listing.html)
 
Place of Performance
Address: Maxwell AFB, Montgomery, Alabama, 36113, United States
Zip Code: 36113
 
Record
SN03475207-W 20140823/140822000049-e140f2ede955cde7d86cc19e31e5ddf8 (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.