Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2014 FBO #4659
SOLICITATION NOTICE

39 -- Material Control Kit Cart - Combined Soliciation/Synopsis

Notice Date
8/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
fa8126-14-q-0138
 
Archive Date
9/20/2014
 
Point of Contact
Ernest Harold Perkins, Phone: 405-582-1833
 
E-Mail Address
ernest.perkins.3@us.af.mil
(ernest.perkins.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Soliciation/Synopsis for FA8126-14-Q-0138 COMBINED SYNOPSIS/SOLICITATION IAW FAR 12.603 SOLICITATION NUMBER: FA8126-14-Q-0138 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. This solicitation is issued as a Request for Quote (RFQ), for a firm fixed type contract. The solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisitions Circular 2005-76. All qualified product sources (see attached material specification sheets) may submit a quotation in response to this solicitation which shall be considered. A contract may be awarded resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. The Air Force Sustainment Center (AFSC/PZIMB) at Tinker Air Force Base, Oklahoma, intends to award one firm fixed price contract for the acquisition of item(s) listed below. All qualified product sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes, prices submitted, and the availability of funds. Requirement Overview: Lean Process/Material Control Kit Carts Required Delivery Date (RDD): Within 15 business days ARO, partial shipments may be sent until order is complete NOTE: Offers exceeding RDD do not meet the terms and conditions of this solicitation Delivery Information: FOB Destination, Tinker AFB, OK NOTE: Offers with FOB Origin do not meet the terms and conditions of this solicitation Inspection and Acceptance: Inspection and acceptance of the item will be performed at Tinker AFB, Oklahoma Warranty Type: Standard commercial warranty Competition Requirement: Full and Open Competition NAICS Code: 332510 Size Standard: 500 Employees Other Pertinent Information: Product must meet the requirements stated in the attached product standards. Payment Information: Payments shall be made for items accepted by the Government that have been delivered to the delivery destination. NOTE: offers requiring advanced or progress payments do not meet the term and conditions of this solicitation. Required Registration by all Contractors: In order to do business with the government, it is mandatory per Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items, that all offerors must be registered with: •· System for Award Management (SAM) ( www.sam.gov ) NOTE: Contact the POC on the website for information and guidance regarding these registrations Applicable Clauses/Provisions (Federal Acquisition Regulation http://farsite.hill.af.mil/farsite.html): FAR 52.212-1, Instructions To Offerors - Commercial Items (APR 2014) FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) •- Height - 48 to 60 inches total unit •- Width - 42 inches •- Length - Minimum 44 inches •- Design - Steel tube and clamp frame with wheels or separate wheel-equipped base •- Shelf construction - With HPDE, nylon, or similar oil-resistant non-metallic shelves •- Shelf design - Minimum 42 equally space 3/8 inch holes with 20 nonmetallic locating pins •- Number of shelves - 5 •- Wheels - 4 wheels with a minium of two locking wheels FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders DFARS 252.209-7994, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014-O0004) (OCTOBER 2013) •(a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the fu nds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. Evaluation of Proposals: All offeror's responses will be evaluated in accordance with FAR clause 52.212-2, Evaluation of Commercial Items. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. The following factors shall be used to evaluate offers: (1) Technical: quote must be rated as technically acceptable to be eligible for award (2) Price: award will be made to the lowest priced technically acceptable (LPTA) offeror Contract Line Items (CLINs): CLIN # Item Quantity Unit of Issue 0001 Lean Process/Material Control Kit Carts 117 EA Description: Kit cart assembly 42 inches wide, 44 inches long, and 48 inches high. Shelf assembly with rollers or roller base. 5 shelves made from 1/4 inch HPDE, nylon, or other oil-resistant non-metallic. Each shelf has 42 equally spaced 3/8 inch holes and 20 plastic pegs (100 pegs total per cart assembly). 4 wheels with a minium of two locking wheels. Technical Evaluation Criteria: NOTE: You must provide separate documentation showing how your company intends to meet the Technical Acceptability Criteria below in order to be deemed technically acceptable : •1. Product must meet the requirements stated in the attached material specifications. •2. Product must be delivered in the quantities and in accordance with the previously stated delivery schedule. •3. A schematic drawing of the proposed cart must be included with the quote. •4. All material shall be new and not previously used. Proposal Submission Requirements •· Register company at System for Award Management (SAM) ( www.sam.gov ) •· Ensure proposal meets all terms and conditions of this solicitation •· Provide separate documentation showing how your company intends to meet the Technical Acceptability Criteria •· Answer response in DFARS 252.209-7994 above and complete this form below •· Submit completed proposal ( entire document with all blocks filled in ) to the Contract Specialist named below Company Information Company Name Cage Code DUNS Code Street Address City State Zip Code Phone Number Fax Number Website Business Type (In Accordance With FAR 19.001, http://farsite.hill.af.mil/farsite.html ) Example is business: large, small, 8(a), etc. Point of Contact Information Point of Contact Name Telephone Number Email Address Quote/Proposal Information CLIN Requirement Quantity Unit of Issue Price Per Unit (Firm Fixed Price) Total Price (Firm Fixed Price) 0001 Lean Process/Material Control Kit Carts 117 EA $ $ Total Proposed Price For All CLINs $ The LPTA quote that conforms to the RFQ may be selected for award. In order to be technically acceptable and conform to the RFQ, the offeror must propose exactly in accordance with the item description reflected above. No deviations will be accepted. Discount Terms (NET 30 if unspecified): Days Required for Delivery: FOB Destination Compliance (circle one): YES NO (see Delivery Information pg 1) Read the Proposal Submission Requirements at the top of this page; carefully review all documents before signing Offerors Authorized Representative's Typed or Printed Name Position or Title Offerors Authorized Representative's Signature Date Proposal Submission Information (emailed proposals are preferred): Quotations are due at Tinker AFB by 11:00 AM, CST, 5 September 2014. Ernest H. Perkins, Jr. Contract Specialist Phone: 405-582-1833 E-mail: ernest.perkins.3@us.af.mil. DO NOT TRANSMIT CLASSIFIED INFORMATION OVER UNSECURED TELECOMMUNICATIONS SYSTEMS. OFFICIAL DOD TELECOMMUNICATIONS SYSTEMS ARE SUBJECT TO MONITORING. USE OF DOD TELECOMMUNICATIONS SYSTEMS CONSTITUTES CONSENT TO MONITORING.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/fa8126-14-q-0138/listing.html)
 
Record
SN03479927-W 20140827/140826001325-335c41b5311a85c11c24e3b398984fb6 (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.