Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
MODIFICATION

39 -- Replace Parachute Winches - Pictures and Drawings

Notice Date
9/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M31A6069AW02
 
Archive Date
9/30/2016
 
Point of Contact
Joshua J. Nardone, Phone: 8439635160, Terry G. Harrelson, Phone: 8439635158
 
E-Mail Address
joshua.nardone.2@us.af.mil, terry.harrelson.1@us.af.mil
(joshua.nardone.2@us.af.mil, terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This document contains images of the electrical system powering the winches. This document contains the drawings of the parachute tower. **Ammendment 2: The pupose of this ammendment is to: 1. Extend the quote due date until 16 Set. 2016 at 12:00 PM EST 2. Attach building drawings 3. Attach pictures of the electrical system. **Ammendment 1: The purpose of this ammendment is to: 1. Attached the site visit notes and questions from 23 Aug 2016 site visit. 2. Provide the updated Statement of Work (SOW) 3. Extend the quote due date until 7 Sept. 2016 4. Change paragraph ix (1) of this solicitation to include "on a pass/fail basis". COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) 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. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M31A6069AW02 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 14 July 2016. (iv) This acquisition is set-aside 100% small business. The NAICS code is 333923 with a size standard of 500 employees. (v) Contractors shall submit a Quote to provide and install Four (4) replacement winches, to include new cabling and electric wiring and remove the existing Eight (8) winches and cabling In Accordance With (IAW) the attached Performance Work Statement (PWS) at Joint Base Charleston - Air Base, SC: All labor, vehicles, equipment, tools, materials, supervision and other furnished property and services will be provided by the contractor except as specified in the contract as Government Furnished Property. A firm fixed price contract is contemplated. (vi) F1M31A6069AW02 Replace Parachute Whinces, Joint Base Charleston - Air Base, South Carolina. See Attachments for submittal of a Quotation: -Attachment 1. Request for Quotation (RFQ) / Statement of Work (SOW) ***A site visit will be conducted at Parachute Tower, Joint Base Charleston, on the Air Base at 9:00 AM (EST) on Tuesday, 23 August 2016, for any interested parties. All prospective Offerors participating in the visit shall meet at the visitor center located at the Dorchester Road entrance to the Air Base. All prospective Offerors are urged to attend this conference. All attendees MUST contact SrA Joshua Nardone, Contracting Specialist at (843) 963-5160 or by e-mail at joshua.nardone.2@us.af.mil NLT 22 August 2016 at 4:00 PM EST if they plan to attend. (vii) Period of performance: The Government requests 19 - 30 September 2016. In the event this time frame is not possible, the performance period shall be 10 days after issuance of a notice to proceed. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil). FAR 52.212-1, Instructions to Offerors - Commercial. (1) Contractor shall submit a Diagram drawing of the quoted system to include the pulley, cabling, and upgraded electrical. (2) Contract shall provide specifications and model of quoted winch. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors consiered. The following factors shall be used to evaluate offers in the following relative order of importance: (1) Technical - Technical capability of the item offered to meet the Government requirement on a pass/fail basis. The Government will evaluate the total price of the offer for award purposes. The Government will award a contract to the lowest priced, technically acceptable offer. (2) Price The Government will evaluate the technical accptability of the products offered by each Offeror for acceptability against the characteristics identified in the RFQ Statement of Work. Of the Offerors submitting technically accptable products, those Offeror's will be evaluated against their offered prices. Award will be issued to the lowest priced/techinically accptable offer. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (xiii) The following additional clauses are applicable to this procurement. • FAR 52.202-1, Definitions • FAR 52.204-7, System for Award Management • FAR 52.204-16, Commercial and Government Entity code Reporting • FAR 52.204-17, Ownership or Control of Offeror • FAR 52.204-18, Commercial and Government Entity Code Maintenance • FAR 52.204-19, Incorporation by Reference of Representations and Certifications • FAR 52.212-4, Contract Terms and Conditions-Commercial Items. • FAR 52.215-5, Facsimile of Proposals • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving • FAR 52.225-13 Restrictions on Certain Foreign Purchases. • FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. • FAR 52.228-5 Insurance-Work on a Government Installation • FAR 52.233-4 Applicable Law for Breach of Contract Claim • FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS The following full text provisions and clauses apply; • FAR 52.222-25 Affirmative Action Compliance (Apr 1984) The offeror represents that -- (a) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of Provision) • FAR 52.233-2 Protest after Award (Aug. 1996) (a) Upon receipt of a notice of protest (as defined in FAR 33.101) or a determination that a protest is likely (see FAR 33.102(d)), the Contracting Officer may, by written order to the Contractor, direct the Contractor to stop performance of the work called for by this contract. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Upon receipt of the final decision in the protest, the Contracting Officer shall either -- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled either before or after a final decision in the protest, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if -- (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to an adjustment within 30 days after the end of the period of work stoppage; provided that if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon a proposal at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (e) The Government's rights to terminate this contract at any time are not affected by action taken under this clause. (f) If, as the result of the Contractor's intentional or negligent misstatement, misrepresentation, or miscertification, a protest related to this contract is sustained, and the Government pays costs, as provided in FAR 33.102(b)(2) or 33.104(h)(1), the Government may require the Contractor to reimburse the Government the amount of such costs. In addition to any other remedy available, and pursuant to the requirements of Subpart 32.6, the Government may collect this debt by offsetting the amount against any payment due the Contractor under any contract between the Contractor and the Government. (End of Clause) • FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) • FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) 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) • AFFAR 5352.201-9101 OMBUDSMAN (APR 2014) (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 interested 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, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/HQ AFICA/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman 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) 256-2395, 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) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 16 September 2016 no later than 12:00 PM EST. Requests should be marked with solicitation number F1M31A6069AW02. (xvi) Address questions to SrA Joshua Nardone, Contracting Specialist, at (843) 963-5160, fax (843) 963-5183, email joshua.nardone.2@us.af.mil or Terry Harrelson, Contracting Officer, Phone (843) 963-5182, email Terry.harrelson.1@us.af.mil For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M31A6069AW02/listing.html)
 
Place of Performance
Address: Joint Base Charleston - Air Base, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04261154-W 20160909/160908000346-f2fa8980d216679320e4a86f0f625216 (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.