Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
SOLICITATION NOTICE

37 -- Wildland Fire Plows

Notice Date
5/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel 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
FA2823-16-Q-4003
 
Archive Date
6/21/2016
 
Point of Contact
James R. Mullis, Phone: 8508833054, CARRIE W EASTBURN, Phone: 8508820245
 
E-Mail Address
james.mullis.3@us.af.mil, carrie.eastburn@us.af.mil
(james.mullis.3@us.af.mil, carrie.eastburn@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, FL, intends to solicit and award a firm-fixed price contract for two (2) Wildland Fire Plows in accordance with the below characteristics for Jackson Guard in Niceville Florida, 32578. This announcement is issued as Request for Quote (RFQ) #FA2823-16-Q-4003. The North American Industry Classification System (NAICS) code for this acquisition is 333111, with small business size standard of 1,250 employees. Offerors shall identify its business size for NAICS 333111 in its response. NOTE: This acquisition is a 100% set-aside for small business concerns. Questions/requests for clarifications shall be received in writing via email to james.mullis.3@us.af.mil and carrie.eastburn@us.af.mil no later than 1:00 PM CST on Friday, May 27, 2016. Responses to questions and requests for clarifications will be posted as an amendment to this solicitation. In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the offer that provides the best value to the government after consideration of price and other factors (price, past performance, technical specifications, and delivery aspects of the offer). The Government will evaluate quotations in accordance with the evaluation procedures contained in FAR 13.106-2(b)(3) and (4). Quotations must be received via email by to james.mullis.3@us.af.mil and carrie.eastburn@us.af.mil no later than 1:00PM CST on June 6, 2016. In order to be determined responsive and eligible for award, offerors shall provide and/or comply with the following: 1. Offeror's name, address, telephone number, and email address 2. Point of Contact (POC) to include name, position, telephone number, and email address. 3. Completion of the below price schedule. 4. Discount terms, if applicable. 5. Offerors must provide, with their offer, a breakout of the individual components, equipment, materials and labor/installation to include manufacturer and P/N of the equipment being offered. 6. In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. 7. Offerors shall provide the proposed delivery date/lead time after notice of award. Expedited delivery schedules accepted and encouraged. Quoted price shall include FOB Destination and be valid for a minimum of 90 days. 8. Completion of the below provision: DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) 9. Vendors must be registered in System for Award Management (SAM) (www.sam.gov) prior to the deadline (date and time) established for receipt of offers. Registration can be completed by going to https://www.sam.gov/portal/public/SAM/#1 and completing the registration process. 10. Written acknowledgment of each amendment (as applicable) Price Schedule: CLIN Description Qty Unit Unit Price Total Price 0001 Unit must be heavy duty, wheel type plow, must be capable of plowing lines in dense underbrush, heavy sod, and thick fuels typical of southeastern coastal plain (middle buster needs to be constructed with manganese moly heat treated steel & disc and coulter boxes must be made ductile iron housing), must have integrated swivel-type hitch adjustable to multiple positions, less than 11 feet in length, & less than 3800 lbs. in weight 2 EA tiny_mce_marker______ tiny_mce_marker_______ The following clauses and provisions apply to this RFQ: FAR 52.204-7, System for Award Management FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.212-1, Instructions to Offerors -- Commercial Items FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, Alt I FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-55, Minimum Wages Under Executive Order 13658 FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.247-34, FOB Destination FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2016-O0003) (FY 16) DFARS 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2016-O0003) (FY 16) DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations DFARS 252.209-7998 (Dev), Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law DFARS 252.211-7003, Item Identification and Valuation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Work Flow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea AFFARS 5352.201-9101, Ombudsman (C): (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 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, concerned parties may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Col Evan C. Dertien, AFTC/CV, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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) 256-2397, 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); • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (C); Incorporated by full text: • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has Considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority Responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) • AFFARS 5352.223-9001, Health and Safety on Government Installations To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. The Government reserves the right to cancel this solicitation, whether 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c8fab610dfa574c51dbd456b997dd6d)
 
Record
SN04124272-W 20160522/160520234422-9c8fab610dfa574c51dbd456b997dd6d (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.