Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOLICITATION NOTICE

61 -- Centralized Inverter System - Statement of Objectives (SOO)

Notice Date
6/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street, Bldg 449, March ARB, California, 92518-1650, United States
 
ZIP Code
92518-1650
 
Solicitation Number
FA46646132A001
 
Archive Date
8/13/2016
 
Point of Contact
Carlo Aban, Phone: 9516555298, Norman MacRunnel, Phone: 951-655-5758
 
E-Mail Address
carlo.aban@us.af.mil, norman.macrunnel@us.af.mil
(carlo.aban@us.af.mil, norman.macrunnel@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Centralized Inverter System Statement of Objectives (SOO) This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number FA46646132A001 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective 1 April 2013 and the Defense Federal Acquisition Regulations (DFARS) change notice 20130522. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued on a 100% small business set-aside acquisition. The applicable North American Industrial Classification System (NAICS) Code is 335999 with a small business size standard of 500 employees. The contractor shall provide, install, and make a complete turn-key operation of the Centralized Inverter System. The Contractor shall provide all equipment, tools, materials, supplies, transportation, labor, supervision, management, and other incidentals necessary to meet the requirements as stated in this Statement of Objectives (SOO), which is attached to this notice, and shall become a part of the resulting contract. This requirement is a Firm Fixed-Price (FFP) Contract. The period of performance will be for a period of 30 calendar days after contract award date; to be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government pursuant to FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of proposals, offerors must comply with instructions contained herein. Non-compliance with the specific instructions will preclude your submitted proposal for consideration. Proposals must be complete, self-sufficient, and respond directly to the requirements of this RFP. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. The following is required to be submitted for an offer to be determined and rated technically acceptable: MUST submit a CAPABILITY STATEMENT written on company letterhead with company address, point of contact, telephone number, company DUNS number and CAGE code. The capability statement must address in detail how they can meet the requirements of, and without taking any exception to the SOO. The absence of any of the capability statement will AUTOMATICALLY DISQUALIFY any offer for further consideration. Price evaluation shall be based on the lowest reasonable offered lump sum price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced proposal as each offeror's proposal price will be evaluated for reasonableness. Offers must include a lump sum offered price to meet the full requirement of the SOO in their capability statement. The following solicitation provisions and clauses apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jun 2008), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009), FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items Alternate I (Apr 2002) at www.sam.gov. The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Jul 2013) applies to this acquisition and is addended to add the following FAR clauses: 52.204-7, System for Award Management (Jul2013). The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) (Jul 2010), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.232-33, Payment by Electronic Funds Transfer/System for Award Management (Jul 2013); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.223-6 Drug-Free Workplace (May2001), FAR 52.224-1 Privacy Act Notification (Apr 1984), FAR 52.224-2 Privacy Act (Apr 1984), FAR 52.237-1 Site Visit (Apr 1984); FAR 52.252-2, FAR 52.232-18, Funds Availability (Apr1984); FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.242-15 Stop-work Order (Aug 1989), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) applies to this acquisition and specifically the following additional DFARS clauses under paragraphs (a) and (b), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7010 Levies on Contract Payments (Dec 2006), 252.243-7001 Pricing of Contract Modifications (Dec 1991), 252.247-7028 Application for U.S. Government Shipping Documentation/Instructions (Jun 2012), AFFARS 5352.201-9101 Ombudsman (Apr 2010); and AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007). ADDITIONAL INFORMATION: To be considered for this award, Offerors MUST be registered in the System for Award Management (SAM) at www.sam.gov and Wide-Area Work Flow (WAWF) at http://wawf.eb.mil prior to award. Lack of registration will make an offeror INELIGIBLE for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Evaluation of proposal may be made without discussions with the offerror(s). It is the responsibility of each potential offeror to periodically check FedBizOpps (www.fbo.gov) to obtain any related amendments to this solicitation. It is also the offerors' responsibility to be familiar with the applicable clauses and provisions that apply to this acquisition. All proposals must be for all items stated, partial proposals will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Due to the nature of the requirement, the Government reserves the right to do business directly with the contractor who will be providing the services. NO THIRD PARTY vendor and/or subcontractor will be allowed and considered. DEADLINE for submission of all proposals shall be no later than 3:00 PM PST on Friday July 29, 2016. Submit written proposals; oral proposals will not be accepted. Proposals may be submitted via e-mail or mailed. All proposals must be e-mailed to carlo.aban@us.af.mil and norman.macrunnel@us.af.mil (Subject: FA46646132A001 452 Operational Contracting Office, 1940 Graeber St., Bldg. 449, March ARB, CA 92518-1650), to be received on or before the stated deadline. Proposals must meet all instructions put forth in this solicitation. A site visit will be available if desired on July 12, 2016 at 9:00 AM PST, contact Carlo Aban at (951) 655-5298 or email carlo.aban@us.af.mil, to attend the site visit with the name of your company and number of people attending no later than July 7, 2016 at 3:00 PM PST. Additionally, all Requests for Information (RFI) must be submitted no later than 3:00 PM PST on Monday, July 18, 2016 to the previously provided email/mail addresses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/452LSSLGC/FA46646132A001/listing.html)
 
Place of Performance
Address: 452 Operational Contracting Office, 1940 Graeber Street Bldg 449, March, ARB, California, 92518-1650, United States
Zip Code: 92518-1650
 
Record
SN04167582-W 20160702/160630235249-205ad1d9f136f71ad0592a053823ff3d (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.