Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2015 FBO #5053
SOLICITATION NOTICE

93 -- Manufactured Window Signs - Drawing - Sign Holder - SOW - Window Signs - Tax Liability Form

Notice Date
9/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VVHC5222AW01
 
Archive Date
10/10/2015
 
Point of Contact
MARC VILLANUEVA, Phone: 8138280485
 
E-Mail Address
MARC.VILLANUEVA@US.AF.MIL
(MARC.VILLANUEVA@US.AF.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Delinquent Tax Liability Form Window Signs Statement of Work Sign holder drawings 1. REQUEST FOR QUOTE (combined synopsis/solicitation) The 6th Contracting Squadron (6 CONS), MacDill AFB, Florida, is looking to procure manufactured window signs (60 each) to accept an 11x 17 insert. A. Compliance with DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law is required. All offerors are required to furnish a completed copy of Attachment #1 (252.209-7992, Certification Form) with your quote. Any offeror who does not provide this certification will not be considered for award. B. This is a notice that this order is Set Aside for Small Businesses. Only Quotes submitted by Small Businesses will be accepted by the Government. Any quote that is submitted by a contractor that is not a SB will not be considered for award. 2. DESCRIPTION OF REQUIREMENT 2.1 CLIN STRUCTURE FOR QUOTE SUBMITTAL CLIN 0001 - Window Signs - 60 - ea 2.2. Detailed description of window signs to accept an 11x7 insert A. Custom window sign with thumb Notch on both sides (request for drawing). B. Faceplate: 12-1/8"h x 17"w x.080" semi-matte acrylic C. Color: SC-804 medium brown, painted subsurface D. Filler:.030" vinyl filler to allow 11" x 17" paper insert E. Baseplate: 12-1/8" h x 17"w x 1/8" thick clear acrylic F. Color: SC-804 medium brown, face and edges painted G. Thumbnotch: 1" diameter H. Mounting: Vinyl tape and silicone I. Please see attached Drawings and SOW. FOB Destination, to: Attn: Bruce Kunkel US Central Command 7115 South Boundary Blvd MacDill AFB, FL 33621-5101 3. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. The government also reserves the right to make no award at all. Any "Or Equal" products offered under the terms of FAR 52.211-6, will be sent to technical advisors for compatibility/functionality review against the salient characteristics. 4. DEADLINE AND DELIVERABLES: Offers must be submitted NLT 25 September 2015 by 11:00 AM (EST). Please provide a quote assuming a Firm Fixed Price contract. Offerors must bid on all items. Offeror quotes must include the following: estimated delivery schedule, discount for prompt payment if applicable, CAGE Code, DUNS number, Federal TIN with company name, and POC contact info. Lack of registration in the CCR database will make an offeror ineligible for award. Offeror must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. 5. PROVISIONS / CLAUSES: a. The following FAR clause applies to this solicitation and is incorporated in full text: 52.252-2, Clauses Incorporated by Reference As prescribed in 52.107(b), insert the following clause: 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, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): (End of Clause) b. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7, System for Award Management; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13, System for Award Management Maintenance; FAR 52.211-6, Brand Name or Equal; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act c. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference (DFAR Clauses/Provisions may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252-204-7004 (Alt A), Required SAM Registration; DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law is required; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.225-7036; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024 Alt III, Transportation of Supplies by Sea; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.243-7002, Requests for Equitable Adjustment. d. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text (AFFARS Clauses/Provisions may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): 5352.201-9101 Ombudsman. As prescribed in 5301-9103, insert the following clause: OMBUDSMAN (APR 2014) (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 interested 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, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/HQ AFICA/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman 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) 256-2395, 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) 6. POINT OF CONTACT (POC) INFORMATION: Primary Government POC: SSgt Marc Villanueva, USAF, Contract Specialist Marc.Villanueva@us.af.mil Attachments: 1. Delinquent Tax Liability Form 2. Drawing - Sign Holder 3. SOW - Window Signs
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VVHC5222AW01/listing.html)
 
Place of Performance
Address: US Central Command 7115 South Boundary Blvd, MacDill AFB, Tampa, Florida, 33621-5101, United States
Zip Code: 33621-5101
 
Record
SN03899216-W 20150924/150923000803-c179fe0d812e25563daba1cc7c3191b9 (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.