Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

99 -- Vehicle Weapons Rack - Statement of Work

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-15-Q-3009
 
Archive Date
6/13/2015
 
Point of Contact
Cathryn Bradley, Phone: 8508820346, Ronald J. Wilson, Phone: 8508823466
 
E-Mail Address
cathryn.bradley.2@us.af.mil, ronald.wilson.22@us.af.mil
(cathryn.bradley.2@us.af.mil, ronald.wilson.22@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work - Vehicle Weapons Rack The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for forty-nine (49) Dual-Mounted Vehicle Weapons Rack. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures 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 is Request for Quotation numbered FA2823-15-Q-3009. The North American Industry Classification System (NAICS) code for this acquisition is 332510 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the offer that provides the best value to the government after consideration of the technical, price, and delivery aspects of the offer. Offerors must submit quotations for all items listed. Partial offers will not be considered for award. 1. Requirement: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT CLIN 0001 Vehicle Weapons Racks 49 Each Santa Cruz SC-915-D-55-A or EQUAL **See Statement of Work for full detailed requirements** Minimum Technical Requirements: • Vehicle Dual - Mounted Weapons for 49 different vehicle models of security vehicles utilized by the 96 SFS. • Electric Solenoid - with manual key override - 12 volt power source • Interior of lock - Cast aluminum insert surrounded by steel C Plates with Rubber Coating • 2 x SC-5 gun locks • Specific key: Handcuff Key - 2 with each lock • Installation Instructions included Quoted price should include FOB Destination, any deliver cost and installation. Required delivery date is no later than 90 days FOB destination. Expedited delivery schedules accepted and encouraged. In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered insufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. INCORPORATED BY REFERNCE: The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-76 effective25 July 2014. The following provisions and clauses are applicable: • FAR 52.204-7, System for Award Management; • FAR 52.204-9, Personal Identity Verification of Contractor Personnel; • FAR 52.211-6, Brand Name or Equal; • FAR 52.204-13, System for Award Management Maintenance; • FAR 52.212-1, Instructions to Offerors - Commercial; • FAR 52.212-3, Alternate I, Offeror Representations and Certifications: Offerors are reminded that an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. • FAR 52.212-4, Contract Terms and Conditions - Commercial Items; • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items The following clauses cited within this clause are applicable:  FAR 52.219-6, Notice of Total Small Business Set-Aside;  FAR 52.219-28, Post-Award Small Business Program Re-representation;  FAR 52.222-3, Convict Labor;  FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies;  FAR 52.222-21, Prohibition of Segregated Facilities;  FAR 52.222-26, Equal Opportunity;  FAR 52.222-36, Affirmative Action for Workers With Disabilities;  FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving;  FAR 52.225-13, Restrictions on Certain Foreign Purchases;  FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management;  FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation  FAR 52.222-50, Combating Trafficking in Persons • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; • FAR 52.247-34, F.O.B 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 252.203-7005, Representation Relating to Compensation of Former DoD Officials; • DFARS 252.204-7003, Control of Government Personnel Work Product; • DFARS 252.203-7998(Dev), Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements-Representations; • DFARS 252.203-7999(Dev), Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements; • DFARS 252.204-7004 Alt A, System for Award Management (52.204-7) Alt A; • DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; • DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; • DFARS 252.211-7003, Item Identification and Valuation; • DFARS 252.223-7008, Prohibition of Hexavalent Chromium; • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.232-7006, Wide Area Work Flow Payment Instructions; • DFARS 252.232-7010, Levies on Contract Payments; • DFARS 252.244-7000, Subcontracts for Commercial Items; • DFARS 252.247-7023, Transportation of Supplies by Sea; INCORPORATED BY FULL TEXT: • FAR 52.252-2, Clauses Incorporated by Reference: 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/these address(es): http://farsite.hill.af.mil/; (End of Clause) • AFFARS 5352.201-9101, Ombudsman (C): (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/DRU or AFISRA ombudsmen, Col Evan C. Dertien, AFTC/CV, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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) 256-2397, 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); • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (C): ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (NOV 2012) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause) • AFFARS 5352.223-9001, Health and Safety on Government Installations: HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) 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 (2) 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) • AFFARS 5352.242-9000, Contractor Access to Air Force Installations: CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (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 Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] 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 [insert any additional requirements to comply with AFI 31-101, Integrated Defense, 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) • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act 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. (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. (End of provision) Please provide a response to clause DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 04:00 P.M., Central Standard Time on 29 May 2015. Send all quotes to Cathryn Bradley at 850.882.0346 or by e-mail at cathryn.bradley.2@us.af.mil. Questions: All questions regarding this solicitation must be presented in writing via email to the points of contact listed in this solicitation no later than close of business five (5) days prior to the solicitation closing date. The decision whether to respond to questions and requests for clarification made less than five (5) days prior to the RFQ closing will be at the sole discretion of the Contracting Officer. All questions and subsequent answers will be posted to www fbo.gov. Contractors are responsible for monitoring www.fbo.gov for updates. If no questions are submitted, the Government will assume that the offeror fully understands all requirements of the solicitation. Please send all questions to Cathryn Bradley at 850.882.0346 or by e-mail at cathryn.bradley.2@us.af.mil or Ronald J. Wilson at 850.882.3466 or by e-mail at ronald.wilson.22@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/49ebc439490fa91b66b9995618cf1d61)
 
Place of Performance
Address: Eglin AFB, FL 32542, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03723536-W 20150509/150507234908-49ebc439490fa91b66b9995618cf1d61 (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  © 1994-2020, Loren Data Corp.