Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
MODIFICATION

54 -- Paint Booth

Notice Date
8/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
113 WG/MSC (DCANG), 3252 East Perimeter Road, Room 217, Andrews AFB, MD 20762-5011
 
ZIP Code
20762-5011
 
Solicitation Number
W912R1-14-T-PAINTBOOTH
 
Response Due
9/5/2014
 
Archive Date
10/27/2014
 
Point of Contact
Sterlin Wilson, 240-857-0076
 
E-Mail Address
113 WG/MSC (DCANG)
(sterlin.wilson@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. (ii) Solicitation number W912R1-14-T-PAINTBOOTH is being issued as a request for quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, Effective 30 May 2014 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20140528. It is the contractors' responsibility to be familiar with applicable clauses and provisions. (iv) This acquisition is reserved for a Small Business concerns; however, in the event that no Small Business concerns can meet the requirement, the set-aside will be withdrawn and an award will be made to a Large Business. The associated North American Industrial Classification System (NAICS) Code is 332311 with a small business size standard of 500 Employees. (v) SCHEDULE OF SUPPLIES/SERVICES CLIN 0001 - Spray-Tech (JA509301) Junair 3 Series OR EQUAL Down Draft Heated Paint Booth. OD Dimensions: L 30' 6 quote mark x W 14' 4 quote mark x H 10' 8 quote mark OR EQUAL Down Draft Heated Paint Booth. ***FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT***THE GOVERNMENTS OBLIGATION UNDER THIS REQUIREMENT IS CONTINGENT UPON THE AVAILABILITY OF APPROPRIATE FUNDS FROM WHICH A CONTRACT AWARD CAN BE MADE. TO BE CONSIDERED, QUOTES MUST BE VALID THROUGH 30 SEPTEMBER 2014(FAR Clause 52.232-18 - Subject to Availability of Funds) (vi) ***Please refer to attachment quote mark Paint Booth Technical Description quote mark for specific information regarding the technical requirements of the Paint Booth*** (vii) FOB Destination point is: District of Columbia Air National Guard, Joint Base Andrews, Maryland, 20762 (viii) 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 mailing and remittance address. 2) Tax ID #. 3) Cage Code. 4) Discount for prompt payment, if any. 5) Offeror shall be enrolled in the System for Award Management (SAM) database (www.sam.gov). 6) Quotes shall be valid through 30 September 2014. 7) Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.). 8) 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 (ix) 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 quote mark Paint Booth Technical Description quote mark (Attachment 1). This Spec Sheets meets the minimum technical Standard, however vendors can quote on an equivalent item that meets the minimum technical standard. 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. (x) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://www.sam.gov (xi) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (xii) The following FAR/DFAR clauses in their latest editions apply to this acquisition: 52.203-3 Gratuities 52.203-6 Alt I Restriction on Subcontractor Sales to the Government - Alternate I 52.204-4 Printed or Copied-Double sided on Post-consumer Fiber Content Paper 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.211-6 Brand Name or Equal 52.212-1- Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certification--Commercial Items 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 (Deviation 2013-O0019) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limits on Subcontracting 52.219-28 Post-Award 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 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-18 Availability of Funds 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated By Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 52.323-18 Availability of Funds 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7994(DEV) Prohibition Against Using Fiscal Year 2014 Funds to Contract with Corporations that have an Unpaid Delinquent Tax Liability or a Felony Conviction Under Federal Law. 252.215-7008 Only One Offer 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American Statute - Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7031 Secondary Arab Boycott of Israel 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7002 Requests for Equitable Adjustment 252.244-7000 subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea (xiii) N/A (xiv) N/A (xv-xvi) All information relating to this solicitation, including changes/amendments, questions and answers will be posted to www.fbo.gov. Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing or via e-mail to the address below. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation shall apply. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov to be considered for award. Awarded vendor must invoice through Wide Area Work Flow (WAWF) @ https://wawf.eb.mil/ after completion of event. All quotes must be sent to SMSgt Sterlin Wilson at sterlin.wilson@ang.af.mil; quotes are required to be received not later than 5 September 2014 at 4:00pm EDT. Point of Contact for this solicitation is SMSgt Sterlin Wilson at (240) 857-0076. ***MODIFIED*** The 113th District of Columbia Air National is modifying the combined synopsis/solicitation, W912R1-14-T-Paint Booth. This modification is to authorize a site visit to the facility where the paint booth will be installed. The site visit will be held on Tuesday, September 2, 2014 at 1000hrs EST. Emailing the following information for all attendees to SMSgt Sterlin Wilson and Melissa Rivera-Weedin at the following address: Sterlin.Wilson@ang.af.mil; Melissa.Rivera-Weedin.ctr@ang.af.mil First and Last Name Social Secuirty Number Date of Birth Driver License State Driver License Number Vehicle Description State & Tag Organization This information must be provided in advance, not later than 1:00pm EST on Thursday, 28 August 2014. Even if you have access to the base you must register so personnel is aware of how many attendees to expect. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government's denial of your access to the site visit. This information will be provided to the Base Security Forces who will authorize your entrance to the site. Visitors must proceed directly to the Main Entry Gate upon prior to arrival. You will be required to present the following information upon arrival: (1) Current Vehicle Registration, (2) Valid Driver's License, (3) Current Proof of Insurance for Vehicle, (4) Safety Inspection and Car Rental agreement if applicable. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such. Information provided at this site visit shall not amend the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. All questions for the site visit must be submitted to sterlin.wilson@ang.af.mil; melissa.rivera-weedin@ang.af.mil. ***ADDITIONAL MODIFICATION*** The 113th District of Columbia Air National is modifying the combined synopsis/solicitation, W912R1-14-T-Paint Booth. This modification is to incorporate Request For Information (RFI)into the solicitation to clarify any issues that have arisen. Please see attachment labled quote mark RFI Response Log Paint Booth quote mark for this information. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49-1/W912R1-14-T-PAINTBOOTH/listing.html)
 
Place of Performance
Address: 113 WG/MSC (DCANG) 3252 East Perimeter Road, Room 217, Andrews AFB MD
Zip Code: 20762-5011
 
Record
SN03488484-W 20140830/140829023644-b2d2f7bf4e5bc486264a9b4178609ceb (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.