Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2015 FBO #5056
MODIFICATION

23 -- Off-Road Trailers (EOD)

Notice Date
9/25/2015
 
Notice Type
Modification/Amendment
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T2AP5208A001
 
Archive Date
10/13/2015
 
Point of Contact
Joseph D. Freeland, Phone: 8508837454, Mark A. Brock, Phone: 850-882-3144
 
E-Mail Address
Joseph.Freeland@us.af.mil, mark.brock.3@us.af.mil
(Joseph.Freeland@us.af.mil, mark.brock.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a 100% Small Business Set-Aside Solicitation The AFTC/PZIOC, Operational Contracting Office, Eglin AFB, FL, intends to solicit and a award firm-fixed price contract for two (2) Rugged of Road Trailers (see attached Specifications Document). This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition format, FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate, written solicitation will not be issued. This announcement is issued as Request for Quote (RFQ) # F1T2AP5208A001. The North American Industry Classification System (NAICS) code for this acquisition is 336212, with small business size standard of 500 employees; please identify your business size in your response based upon this standard. This acquisition is being solicited as 100% Small Business Set-Aside. Offerors will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. The government will not accept refurbished/used equipment. There will be no advance payments. Offerors are advised to include a completed copy of provision 52.212-3, Offer Representations and Certifications - Commercial Items and provision 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, with their offer. This requirement is for: CLIN 0001: EOD Robotics Trailer. QTY: 1 EA (See attached Specifications Document) CLIN 0002: Test Directive Trailer QTY: 1 EA (See attached Specifications Document) Delivery Date: 1 April 2016 Please include detailed drawings and specific details describing how you will meet the required specifications. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this contract. 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. BASIS FOR CONTRACT AWARD A. This is a competitive Best Value acquisition using the lowest price technically acceptable evaluation process. The Government will award a contract resulting from the solicitation to the acceptable, responsible offeror whose proposal conforms to this solicitation and offers the Best Value to the Government. Evaluation criteria are the same for all competing offerors. B. Offerors shall propose on all items. Any offer that fails to cite a price for each item or fails to make an entry that indicates service will be provided at no charge may be rejected as nonconforming to this solicitation. C. Only Firm-Fixed-Price (FFP) offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. D. The evaluation process will proceed as follows: 1. Price: Initially, offers will be ranked according to Total Evaluated Price (TEP). The price evaluation will be made on the basis of the total price of all line items. An offeror must therefore propose on all line items. Price will be evaluated for reasonableness based on prices submitted from competitive proposals, current market conditions, and comparison to the Government estimate. Prices will also be evaluated to determine if they are materially unbalanced. Materially unbalanced prices risk rejection. 2. The lowest priced offeror will be evaluated for technical acceptability. If the offeror's proposed specifications meets the required specification the process will end and award will made to that offeror. If the offeror does not meet all specifications the process will move on to next lowest priced offeror and so on until an award is made. 3. The Government intends to award a contract without discussions with respective offerors. However, the Government reserves the right to conduct discussions if deemed in its best interest. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-82 effective 06 June 2015. • FAR 52.204-7, System for Award Management (P); • FAR 52.204-13, System for Award Management Maintenance (C); • FAR 52.204-19, Incorporation by Reference of Representations and Certifications (C); • FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (P); • FAR 52.212-1, Instructions to Offerors -- Commercial Items (P); • FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (P); • FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (C) • FAR 52.219-1, Small Business Program Representations (C); • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; incorporating the following (C): • FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (C); • FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (C); • FAR 52.219-6, Notice of Total Small Business Set-Aside (C); • FAR 52.219-13, Notice of Set-Aside of Orders (C); • FAR 52.219-28, Post-Award Small Business Program Rerepresentation (C); • FAR 52.222-3, Convict Labor (C); • FAR 52.222-21, Prohibition of Segregated Facilities (C); • FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (C); • FAR 52.222-22, Previous Contracts and Compliance Reports in the solicitation (P); • FAR 52.222-26, Equal Opportunity (C); • FAR 52.222-35, Equal Opportunity for Veterans (C); • FAR 52.222-36, Equal Opportunity for Workers with Disabilities (C); • FAR 52.222-37, Employment Reports on Veterans (C); • FAR 52.222-50, Combating Trafficking in Persons (C); • FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (C); • FAR 52.222-25, Affirmative Action Compliance (P); • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (C); • FAR 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (C); • FAR 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate (P); • FAR 52.225-13, Restrictions on Certain Foreign Purchases (C); • FAR 52.225-18, Place of Manufacture (C); • FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (P); • FAR 52.232-17, Interest, in Solicitations and Contracts (C); • FAR 52.232-18, Availability of Funds (C); • FAR 52.232-39, Unenforceability of Unauthorized Obligations (C); • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (C) • FAR 52.242-15, Stop-Work Order (C); • FAR 52.246-16, Responsibility for Supplies (C); • FAR 52.247-34, F.O.B. Destination (C); • FAR 52.252-1, Solicitation Provisions Incorporated by Reference (P); • FAR 52.252-2, Clauses Incorporated by Reference (C); • FAR 52.253-1, Computer Generated Forms (C); • FAR 52.252-6, Authorized Deviations in Clauses (C); • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (C); • DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies (C); • DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (C); • DFARS 252.203-7998 (Dev), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (P); • DFARS 252.203-7999 (Dev), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (C); • DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal (P) • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (P); • DFARS 252.204-7003, Control of Government Personnel Work Product (C); • DFARS 252.204-7004, Alt A, System for Award Management (P); • DFARS 252.204-7011, Alternative Line Item Structure (C); • DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (C); • DFARS 252.204-7015, Disclosure of Information to Litigation Support (C); • DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (C); • DFARS 252.209-7992 Dev, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction Under any Federal Law (C); • DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal (P); • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (P); • DFARS 252.211-7003, Item Identification and Valuation (C); • DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (P); • DFARS 252.215-7007, Notice of Intent to Resolicit (C); • DFARS 252.215-7008, Only One Offer, in Competitive Solicitations (C); • DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (C); • DFARS 252.223-7008, Prohibition of Hexavalent Chromium (C); • DFARS 252.225-7001, Buy American and Balance of Payments Program (C); • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (C); • DFARS 252.225-7012, Preference for Certain Domestic Commodities (C); • DFARS 252.225-7036, Buy American (C); • DFARS 252.227-7000, Non-Estoppel (C); • DFARS 252.232-7003, Electronic Submission of Payment Requests (C); • DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (C); • DFARS 252.232-7010, Levies on Contract Payments (C); • DFARS 252.243-7001, Pricing of Contract Modifications (C); • DFARS 252.243-7002, Request for Equitable Adjustment (C); • DFARS 252.244-7000, Subcontracts for Commercial Items (C); • DFARS 252.246-7000, Material Inspection and Receiving Report (C); • DFARS 252.247-7023, Transportation of Supplies by Sea (C); • DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea (C); • AFFARS 5352.201-9101, Ombudsman (C): • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (C); Questions and requests for clarifications regarding this solicitation are due no later than 1:00 PM CST on 22 September 2015. Questions /requests for clarifications shall be submitted in writing via e-mail to TSgt Joseph Freeland at Joseph.Freeland@us.af.mil. Response to questions and requests for clarifications will be posted as an amendment to this solicitation no later than 1:00 PM CST on 23 September 2015. Please provide DUNS or Cage Code, Shipping Point, and any charges for shipping on the response to this solicitation. Offerors must be registered in the System for Award Management (SAM) in order to be eligible for award. If your company is capable of providing these items, pricing and any product literature must be received NLT 12:00PM Central Time, Friday, 28 September 2015. If you have any questions please contact TSgt Joseph Freeland at (850) 883-7454 or joseph.freeland@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7689d7217fc02ba5e4ac85034a6d9405)
 
Place of Performance
Address: Eglin AFB FL 32542, Eglin, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03904153-W 20150927/150925235351-7689d7217fc02ba5e4ac85034a6d9405 (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.