SOLICITATION NOTICE
68 -- Dry Ice - Solicitation Package - Solicitation Package
- Notice Date
- 9/2/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
- ZIP Code
- 39710
- Solicitation Number
- F1N4C15205AW01
- Archive Date
- 10/2/2015
- Point of Contact
- Amy Davis, Phone: 6624343349, Micael L. Jiggetts, Phone: 6624347761
- E-Mail Address
-
amy.davis.18@us.af.mil, micael.jiggetts@us.af.mil
(amy.davis.18@us.af.mil, micael.jiggetts@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Need RFQ template IAW FAR 52.232-18, Availability of Funds; Funds are currently not available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Description: Dry Ice Delivery (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 written solicitation document will not be issued. (ii) This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N4C15205AW01. (iii) The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 02 July 2015. (iv) This acquisition is a Total Small Business Set-aside. The associated North American Industry Classification System (NAICS) code is 325120 and the small business size standard is 1,000 Employees. (iv) Columbus Air Force Base has a need for non-personal services to provide all management, labor, transportation, equipment, tools, materials and other items necessary to provide: 300 lbs of dry ice weekly to the 14th Medical Group on Columbus AFB in accordance with the attached Statement of Need (SON) dated 7/24/15. (v) CLIN 0001; Dry Ice; Quanity: 12; Unit of Issue, Months CLIN 1001; Dry Ice; Quanity: 12; Unit of Issue, Months CLIN 2001; Dry Ice; Quanity: 12; Unit of Issue, Months CLIN 3001; Dry Ice; Quanity: 12; Unit of Issue, Months CLIN 4001; Dry Ice; Quanity: 12; Unit of Issue, Months (vi) Required Period of Performance (POP): 1 October 2015 to 30 September 2016. The contract will include four (4) one year option periods: 1 Oct 16 to 30 Sep 17, 1 Oct 17 to 30 Sep 18, 1 Oct 18 to 30 Sep 19, and 1 Oct 19 to 30 Sep 20. (vii) FOB: Destination delivered to place of performance at Columbus AFB, MS 39710. (viii) Provision at 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition and is incorporated by reference. Applicable Provisions/Clauses: Federal Acquisition Regulation (FAR): 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; offerors shall complete the online registration via the SAM site at https://www.sam.gov/portal/public/SAM/; ensure information is accurate and current. 52.252-1, Solicitation Provisions Incorporated by Reference with the following fill-in: http://farsite.hill.af.mil/vffara.htm 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm 52.204-7, System for Award Management 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 52.212-4, Contract Terms and Conditions - Commercial Items 52.217-8, Option to Extend Service with the following fill in: 52.217-9, Option to Extend the Term of the Contract with the following fill-in: 52.219-1, Alt I, Small Business Program Representations 52.222-25, Affirmative Action Compliance 52.223-3, Hazardous Material Identification and Material Safety Data Para (b) Material. Insert: _______ Para (b) Identification No. Insert: _______ 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-15, Contractor Responsibility for Loading and Unloading 52.252-5, Authorized Deviations in Provisions Para (b) 48 CFR Chapter 2 (ix) The clause at 52.212-4, Contract Terms and Conditions, Commercial Items, applies to this acquisition and is incorporated by reference. (x) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders applies. 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-19, Child Labor 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-11, Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.233-1, Disputes 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.242-17, Government Delay of Work Defense Federal Acquisition Regulation Supplement (DFARS): 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7998, Prohibition on Contraction with Entities that Require Certain Internal Confidentiality Agreements 252.203-7992, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2015-00010) 252.204-7003, Control of Government Personnel Work Product 252.232-7010, Levies on Contract Payments 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within 252.212-7001 are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions; 252.247-7023, Transportation of Supplies by Sea, Alternate III. Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses: 5352.201-9101, Ombudsman 5352.223-9001, Health and Safety on Government Installations. 5352.242-9000, Contractor Access to Air Force Installations with the following text: (xi) All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. (xii) Provision at 52.212-2, Evaluation-Commerical items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Award will be based on the following factors, price and technical acceptability. A quote will be considered technically acceptable as long as it meets the requirements specified in the attached SON dated 7/24/15 and do (xii) All offers must be submitted by e-mail to the Contract Specialist NLT 17 Sept 2015 by 12:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information is included with your offer. If a company template or format is used, ensure you include the same information that is on the template. Oral quotes will not be accepted. All quotations must be valid for a minimum of 30 days from the response due date below. Questions need to be in NLT 10 Sept 15 by 4:00 p.m. CST. (ix) Contact Amy Davis, Contracting Specialist by telephone (662) 434-3349, fax (662) 434-7753 or e-mail: amy.davis.18@us.af.mil regarding any questions about this solicitation. Attachments: 1) SON dated 7/24/15 2) RFQ Template
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N4C15205AW01/listing.html)
- Place of Performance
- Address: 14th Medical Group, 201 Independence Dr., Columbus AFB, Mississippi, 39710, United States
- Zip Code: 39710
- Zip Code: 39710
- Record
- SN03867661-W 20150904/150902235515-72be98541c3563c17d01403291dfaf27 (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 |