Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2015 FBO #5000
SOLICITATION NOTICE

19 -- Floating Dry Docks - Salient Characteristics

Notice Date
7/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave Ste B, Tyndall AFB, Florida, 31005, United States
 
ZIP Code
31005
 
Solicitation Number
F4A3505140AW01
 
Archive Date
8/26/2015
 
Point of Contact
Justin Powell, Phone: 8502838649, Matthew D. Crum, Phone: 8502838631
 
E-Mail Address
justin.powell.7@us.af.mil, matthew.crum.1@us.af.mil
(justin.powell.7@us.af.mil, matthew.crum.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Floating Dry Dock Specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. FAR Part 13 procedures are being utilized. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. The solicitation reference number is F4A3505140AW01 and this solicitation is being issued as a Request For Quote (RFQ). This acquisition will be a 100% small business set-aside under North American Industry Classification System (NAICS) code 333923. The small business size standard is 500 employees. A firm-fixed price purchase order will be awarded in accordance with FAR Part 13. This RFQ consists of the following Contract Line Item Numbers (CLIN): CLIN 0001 : Qty: 2 EA - 30 Ft 15' X '35' Drive on Jet Dockining Systems or equal (See Attachment 1 - floating dock for specifications) *** Brand name or equal items are acceptable. If submitting an "or equal" item, offerors shall submit documentation demonstrating that the "equal" item meets all the attached specifications/salient characteristics and submit all applicable literature with their quote (see FAR Clause 52.211-6 Brand Name or Equal). All quotes must reflect FOB Destination.*** EVALUATION FACTORS: In accordance with FAR 52.212-2 Evaluation-Commercial Items and FAR 52.211-6 Brand Name or Equal, the Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factor(s) considered. The following factors shall be used to evaluate offers: •1. Technical Capability - Evaluated against the attached specifications on a pass/fail basis •2. Price Delivery shall be made within 45 Days after Award of Contract. Evaluation will be based on the lowest price technically acceptable (LPTA) which will be determined to represent the Best Value. In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Please be aware that a site visit will be conducted on or Thursday, August 7th @ 1000 Central Standard Time on Tyndall AFB, FL at the Marina and Bonita Bay. All attendees (no more than 2 per company) must submit their names to A1C Justin Powell at justin.powell.7@us.af.mil by close of business 5 August 15. All attendees will meet @ Tyndall Visitor Center 7 Aug 15 @ 1000 CST 2580 Hwy 98, Tyndall AFB, FL. In order to obtain access to Tyndall AFB all attendees must provide a valid driver's license, proof of insurance & vehicle registration and social security number. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. • The following Federal Acquisition Regulation (FAR) provisions and clauses will apply to this procurement: 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 52.204-19 - Incorporation by Reference of Representations and Certifications 52.209-6 - Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 - Brand Name or Equal 52.212-1 - Instructions to Offerors - Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 Alt 1 - Offeror Representations and Certifications - Commercial Items 52.212-4 - Contract Terms and Conditions-Commercial Items 52.212-5 - Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small 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 52.222-22 - Previous Contracts and Compliance Reports 52.222-25 - Affirmative Action Compliance 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-50 - Combat Trafficking Persons 52.223-18 - Contractor Policy 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 52.232-39 - Unenforceability of Unauthorized Obligations 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.246-2 ­ - Inspection Of Supplies - Fixed Price 52.246-16 - Responsibility for Supplies 52.247-34 - F.O.B. Destination 52.252-1 - Solicitation Provisions Incorporated by Reference ( http://farsite.hill.af.mil ) 52.252-2 - Clauses Incorporated by Reference ( http://farsite.hill.af.mi l ) • The following Department of Defense Federal Acquisition Regulation Supplement (DFARS) clauses applies to this procurement: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.203-7005 - Requirements Relating to Compensation of Former DoD Officials 252.204-7004 - Alternate A, System for Award Management 252.204-7011 - Alternative Line Item Structure 252.223-7008 - Prohibition of Hexavalent Chromium 252.225-7001 - Buy American Act and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.225-7048 - Export of Controlled Items 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 252.243-7001 - Pricing of Contract Modifications 252.247-7023- Transportation of Supplies by Sea • The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies to this procurement: 5352.201-9101 - Ombudsman 5352.223-9000 - Elimination of Use of Class 1 Ozone Depleting Substances (ODS) NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) AS A SMALL BUSINESS UNDER NAICS CODE 333923 BEFORE BEING CONSIDERED FOR AWARD. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to https://www.sam.gov/portal/public/SAM/ for information regarding the Online Representation and Certification Application process. Information concerning SAM requirements may be viewed via the internet at http://www.sam.gov or by SAM Service Desk http://www.FSD.gov, or 1-866-606-8220. Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN), and delivery date. Quotes are due Monday August 11 th 2015 at 1.00 p.m. central time. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination. Please send quotes and forward any questions to: Primary: Justin Powell Contracting Specialist 325th Contracting Squadron Tyndall AFB, FL 32403 Email justin.powell.7@us.af.mil Phone (850) 283-1260 Fax (850) 283 3963 Alternate: Daniel Alvarado Contracting Specialist 325th Contracting Squadron Tyndall AFB, FL 32403 daniel.alvarado.7@us.af.mil (850) 283-4482
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e9e64a22c16ce7bbc4b975d5ea6a5ceb)
 
Place of Performance
Address: Tyndall afb, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03819098-W 20150802/150731234858-e9e64a22c16ce7bbc4b975d5ea6a5ceb (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.