SOLICITATION NOTICE
J -- Repair Nitrogen Generators - RFQ
- Notice Date
- 3/29/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
- ZIP Code
- 65305
- Solicitation Number
- FA4625-16-Q-0026
- Point of Contact
- Samantha Henderson, Fax: 7083
- E-Mail Address
-
509cons@sollgca.us.af.mil
(509cons@sollgca.us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Tobacco Policy MULES Check Request WAFB Drug-Free Workplace Policy Cell Phone Use Policy Foreign National Access Service Wage Determination SOW RFQ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 will not be issued. Solicitation # FA4625-16-Q-0026 is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, Defense Acquisition Circular 20160226 and Air Force Acquisition Circular 2015-1001. This procurement is Full and Open Competition. The applicable North American Industry Classification System (NAICS) Code is 335312. The Small Business Size Standard is 1,250 employees. Paper copies of the RFQ will not be made available. Quotes can be e-mailed to the following e-mail address: 509cons.sollgca@us.af.mil or by FAX to (660) 687-7083 to the attention of A1C Samantha Henderson. NOTE: Quotes must be received by 22 April 2016, 2:00 PM Central time in order to be considered for award; late quotes will not be considered for award. Prospective offerors must be registered in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. All responsible sources may submit a quote which, if timely received, will be considered by this agency. Offerors must submit product data or other documentation detailing how proposed equipment will be compatible with the current generators. A site visit has been scheduled for 19 April 2016 at 1:00 P.M. Central. Interested attendees must pre-register with A1C Henderson by close of business 4 April 2016. Attendance is strictly limited to one individual per firm. Interested Attendees must complete and submit Attachment #7, MULES Check Request Form with their registration. REQUIRED PARTS OF QUOTATION: In order to evaluate all offers received fairly and uniformly, the following is required with each Offeror's quotation: Pricing information capturing all effort within the Statement of Work (Attachment #1 - RFQ) Product data or other documentation detailing compatibility with current generators Three (3) references for similar installation or calibration services on air or mixed air generators. Reference information must include the following: Point of Contact Information Short narrative of work completed Contract Amount Performance Timeframe *Offers must contain these three distinct parts to be considered complete and responsive to this solicitation. Failure to provide any of the above information will deem the Offer as nonresponsive and remove the quotation from award consideration. BASIS FOR AWARD: Award for this acquisition shall be best value IAW FAR 13.106-1(a)(2), based on lowest priced offer which conforms to the Statement of Work and has a satisfactory record of past performance. Past performance will be evaluated by contacting references for similar installation and calibration of nitrogen or other air mixture generators. Offerors will be provided a chance to respond to any less than satisfactory past performance information stated on their behalf by any of the contacted references. A single award which will be made to the Offeror who is deemed responsible and responsive, that reflects a complete understanding of the requirement and is judged to represent the best value to the U.S. Government. The following FAR Clauses and Provisions are hereby incorporated by reference into this solicitation with the same force and effect as if incorporated by full text: 52.204-7, System for Award Management Registration; 52.204-13, System for Award Management (SAM) Maintenance; 52.207-4, Economic Purchase Quantity; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (completed in SAM database under representations and certifications); 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; 52.219-8, Utilization of Small Business; 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; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Labor Standards; 52.222-50, Combating Trafficking in 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; 52.225-18, Place of Manufacture; 52.232-11, Extras; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Accelerated Payments to Small Business Subcontractors; 52.233-1, Disputes; 52.247-34, F.O.B. Destination; 52.252-1, Provisions Incorporated by Reference, fill in (http://farsite.hill.af.mil); 52.252-2, Clauses Incorporated by Reference, fill in (http://farsite.hill.af.mil); The following DFARS Clauses and Provisions apply to this acquisition: 252.203-7000, Requirements Relating to compensation of Former DoD Officials; 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.211-7003, Item Identification & Evaluation; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.236-7006, Wide Area Workflow (WAWF) Instructions (Local); * Wide Area Work Flow Invoicing Instructions will be incorporated in the contract document at award 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustments; 252.246-7004, Safety of Facilities, Infrastructure & Equipment for Military Operations The following AFFARS Clauses apply to this acquisition: 5352.201-9101, 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; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000, Contractor Access to Air Force Installations
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6b11f62b0b339f7d99385e9549321711)
- Place of Performance
- Address: Whiteman AFB, Whiteman AFB, Missouri, 65305, United States
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN04065786-W 20160331/160329234557-6b11f62b0b339f7d99385e9549321711 (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 |