MODIFICATION
61 -- 1500kVA Padmount Transformer
- Notice Date
- 5/13/2015
- Notice Type
- Modification/Amendment
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
- ZIP Code
- 93437-5212
- Solicitation Number
- F4D3D75098AG01
- Archive Date
- 5/19/2015
- Point of Contact
- Nathan L. Yockman, Phone: 805-606-5866, Lucille D. Ngiraswei, Phone: 8056065866
- E-Mail Address
-
nathan.yockman@us.af.mil, lucille.ngiraswei@us.af.mil
(nathan.yockman@us.af.mil, lucille.ngiraswei@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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 separate written solicitation will not be issued. (ii) This solicitation, RFQ PR# F4D3D75098AG01, shall serve as a Request For Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-81 (Effective 10 APR 2015) [FAR obtained from AFLCMC HIBB] and DFARS DPN 20150420 Edition (Effective 20 APR 2015). (iv) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The associated North American Industrial Classification Standard (NAICS) is 335311, Power, Distribution, and Specialty Transformer Manufacturing, and the applicable small business size standard is 750 employees. (v-vi) The following commercial item is being requested: CLIN Description Quantity Unit of Issue 0001 1500kVA Padmount transformer IAW specifications 1 EA (vii) Delivery/Acceptance Location: Vandenberg AFB, CA 93437 FOB: Destination (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and is incorporated by full text. There are two specific evaluation criteria included in paragraph (a) of this provision: (i) Technical capability of the item offered to meet the Government requirement. (ii) Price. (x) The provision at 52.212-3, Offerors Representations and Certifications -- Commercial Items, and its Alternate I apply to this acquisition and are incorporated by full text. The quotation must include a complete copy of this provision. See https://www.acquisition.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition and is incorporated by full text. This solicitation and resultant contract contains clauses and provisions that are incorporated by reference. You may view clauses and provisions incorporated by reference at this website: http://farsite.hill.af.mil 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 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 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Work Product 252.204-7004, Alt A Alternate A, System for Award Management 252.204-7006 Billing Instructions 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act & Balance of Payments 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances The following provision is incorporated by full text: 52.252-1 Solicitation Provisions Incorporated by Reference Fill-In Text: http://farsite.hill.af.mil 52.252-5 Authorized Deviations in Provisions 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010) (FEB 2015) 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations (DEVIATION 2015-OO0005) (DEC 2014) The following clauses are incorporated by full text: 52.252-2 Clauses Incorporated by Reference Fill-In Text: http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses Fill-In Text: (b) Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) 252.211-7003 Item Identification and Valuation Fill-In Text: (c)(1)(i) N/A 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman Fill-in Text: (c): AFICA/KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719- 554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. (xiii) All firms or individuals responding must be registered in the System for Award Management (SAM) (https://www.sam.gov) in order to be considered for award. IAW FAR 9.405(a); Contractors debarred, suspended, or proposed for debarment as listed in the SAM Exclusions Listing are excluded from receiving contracts, and agencies shall not solicit offers from, award contracts to, or consent to subcontracts with these contractors. IAW FAR 9.103, purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only. (xiv) (RESERVED) (xv) Quotes are required to be received NO LATER THAN 10:00 A.M. PST, Monday, 18 May 2015. Submit written offers on attached Quote template. (xvi) All quotes must be sent to the attention of Nathan Yockman via email: nathan.yockman@us.af.mil. 1. Quotes should conform to the CLIN structure as established in this synopsis/solicitation. 2. Quotes shall be valid through 29 May 2015. 3. Please see specifications for detailed description of requirements. Please send any questions or comments via email to Nathan Yockman with the email subject line: "1500kVA Padmount Transformer: Contractor Name".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3D75098AG01/listing.html)
- Place of Performance
- Address: 1515 Iceland AVE., Vandenberg AFB, California, 93437, United States
- Zip Code: 93437
- Zip Code: 93437
- Record
- SN03729293-W 20150515/150513234518-361e9cc536664b0242027deba8b62a8d (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 |