Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
SOLICITATION NOTICE

23 -- Target Vehicle BPA - Statement of Work Target Vehicles

Notice Date
5/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336111 — Automobile Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZJ - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8656-16-A-0158
 
Archive Date
6/18/2016
 
Point of Contact
David R. Fondacaro, , James Pattullo,
 
E-Mail Address
david.fondacaro.3@us.af.mil, james.pattullo@us.af.mil
(david.fondacaro.3@us.af.mil, james.pattullo@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (SOW) for Target Vehicles states the delivery dates and addresses for vehicles. Solicitation Number: FA8656-16-A-0158 Notice Type: Combined Synopsis/Solicitation Synopsis: The AFLCMC/PZJ, Rapid Acquisition Cell (RAC), Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price agreement. The Government intends to award this Blanket Purchase Agreement (BPA) without discussions. This is a combined synopsis/solicitation for commercial items (supply) prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses in effect are IAW Federal Acquisition Circular (FAC) 2005-87-correction, DFAR (DPN) 20160325, and Air Force Acquisition Circular (AFAC) 2015-1001. The solicitation number is FA8656-16-A-0158. This Request for Quotation (RFQ) is issued according to FAR Part 13.303, Blanket Purchase Agreements (BPAs) for the acquisition of Target Vehicles. Orders for Vehicles placed under the resultant BPA will be Firm-Fixed Price. This acquisition is a 100-percent Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 336111, with Small Business Size Standard of 1,500 employees, please identify your business size in your response based upon this standard Offerors will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis and the award will be made to the lowest priced offeror that meets the minimum requirement. There will be no advance payments. This requirement is for approximately 150 vehicle targets to include target shipment, preparing targets for tests (ie. Drained of fluids, and batteries removed). *Exception: All vehicles going to Melrose will be drained of fluids and batteries removed on site by range personnel. See attached SOW. Please note the following: 1) Pricing submitted in response to this RFQ shall remain in effect until 30 June 2017; 2) Contractors interested in submitting an offer (Quote) must acknowledge the requirement that prospective awardees shall be registered in the System for Award Management (SAM) prior to award, during performance, and through final payment of a BPA, IAW FAR 52.204-7, System for Award Management. Also, IAW FAR 52.204-13, System for Award Management Maintenance; a contractor is responsible for the accuracy and completeness of the data within the SAM database and is required to review and update the company's SAM registration on an annual basis. Offerors must be registered in System for Award Management (SAM) in order to be eligible for award, please provide your DUNS and Cage Code on the quote. The Government reserves the right to award all CLIN's, some CLIN's, or One CLIN based upon the best value determination to a single contractor or multiple contactors. Awards will not be split up within the CLIN. If your company is capable of providing these items, pricing and any product literature must be received NLT 8:00AM CST, Friday, 3 June 2016. If you have any questions please contact David Fondacaro at david.fondacaro.3@us.af.mil or James Pattullo at james.pattullo@us.af.mil. Please submit your quote by 0800 CST 3 June 2016. The required delivery date is: NLT 1 July 2016. Please see the attached Statement of Work for delivery date and address of target vehicles. Provisions • FAR 52.203-3 Gratuities • FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions • FAR 52.203-16, Preventing Personal Conflicts of Interest • FAR 52.212-4, Contract Terms and Conditions; • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2012); incorporating the following: • FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1 • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards: • FAR 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment: • FAR 52.211-6 Brand Name Justification • FAR 52.219-6, Notice of Total Small Business Set-Aside; • FAR 52.219-8, Utilization of Small Business Concerns • FAR 52.219-28, Post-Award Small Business Program Representation: • FAR 52.222-3, Convict Labor; • FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • FAR 52.222-21, Prohibition of Segregated Facilities; • FAR 52.222-26, Equal Opportunity; • FAR 52.222-35 Equal Opportunity for special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans. • FAR 52.222-36, Affirmative Action for Workers With Disabilities; • FAR52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans • FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.232-8, Discounts for Prompt Payment; • FAR 52.232-40 Providing Accelerated Payments to Small Business Sub-Contractors • FAR52.247-34 FOB Destination • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), which reads as follows: 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 (End of Clause). • FAR 52.252-6, Authorized Deviations in Clauses • DFARS 252.201-7000 Contracting Officers Representative • DFARS 252.203-7000 Requirements relating Compensation of former DOD Officials • DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; • DFARS 252.204-7003 Control of Government Personnel Work Product • DFARS 252.204-7012 Safe guarding of Unclassified Controlled Technical Information • DFARS 252.211-7003 Item Identification and Valuation • DFARS 252.225-7001 Buy American Act • DFARS 252.225-7002 Qualifying Country Sources as Dub-Contractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.232-7010, Levies on Contract Payments • DFARS 252.243-7002, Request for Equitable Adjustment • DFARS 252.244-7000 Subcontracts for Commercial items • AFFARS 5352.201-9101, Ombudsman; • AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: FA8656-16-A-0158 *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA8656 *Admin DODAAC: FA8656 *Inspected By DODAAC/Ext: *Ship To Code/Ext: *Ship From Code: *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/57294a0820f864403edb6121d1ea3034)
 
Place of Performance
Address: See Statement of Work, Eglin, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04103749-W 20160505/160503234926-57294a0820f864403edb6121d1ea3034 (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.