Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2016 FBO #5405
SOLICITATION NOTICE

23 -- Utility Task Vehicles

Notice Date
9/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle 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-3022
 
Archive Date
9/28/2016
 
Point of Contact
Nathan R. McMillen, Phone: 8508820263, Rebecca C. Hoppe, Phone: 8508820335
 
E-Mail Address
nathan.mcmillen@us.af.mil, rebecca.hoppe@us.af.mil
(nathan.mcmillen@us.af.mil, rebecca.hoppe@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a Brand Name or Equal 100% Small Business Set-Aside Firm-Fixed Price contract for Utility Task Vehicles. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures 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. This is Request for Quotation numbered FA2823-16-Q-3022. The North American Industry Classification System (NAICS) code for this acquisition is 336112 with a size standard of 1,500 employees. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, provides the lowest evaluated price for a product meeting or exceeding the acceptability standards set forth in the specifications. 1. Requirement CLIN 0001: Four (4) Each 2017 Polaris Utility Task Vehicle, Model Z17VCE87AB, OR EQUAL. Please see below characteristics. These characteristics apply to UTVs required. • 4x4 Capable • Ability to seat a minimum of (4) personnel • Strut & Track ASM • Grab Handles • RP Tactical Fatigue Mit Seating • Seatbelts • Tactical Flatbed with Internal Storage • 14" Beadlock Wheels RP Run Flat Tires • 800-900cc • Tilt Steering • Headlights, tail and brake lights with signals • Ability to equip with lights and sirens at a later date and time • Ability to equip with public announcement system • Dynamic Power Steering (DPS) • Winch attached to front of vehicle • Tow hitch capable • Ability to enclose cab • A/C and Heat • Horn 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 insufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89, Defense Acquisition Circular (DPN 20160830) and Air Force Acquisition Circular (AFAC) 2016-0603. All FAR clauses may viewed in full text at http://farsite.hill.af.mil. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-89 effective 03 June 2016. The following provisions and clauses are applicable Incorporated by Reference: • FAR 52.204-7, System for Award Management • FAR 52.212-1, Instructions to Offerors---Commercial Items FAR 52.212-3 Offerors Representations and Certifications-Commercial Items, Alt 1: Offerors are reminded that an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. • 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 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards  FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment  FAR 52.219-6, Notice of Total Small Business Set-Aside  FAR 52.219-14, Limitations on Subcontracting  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 52.222-50, Combating Trafficking in Persons  FAR 52.222-36, Equal Opportunity for Workers with Disabilities  FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving  FAR 52.225-13, Restriction on Certain Foreign Purchases  FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors • FAR 52.247-34, FOB Destination • FAR 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil • 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 252.204-7003, 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 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting • DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors • DFARS 252.211-7003, Item Identification and Valuation Full Text • DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations • DFARS 252.223-7008, Prohibition of Hexavalent Chromium • DFARS 252.225-7001, Buy American Act • DFARS 252.225-7048, Export Controlled Items • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • 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 252.239-7018, Supply Chain Risk • 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 • DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea Incorporated by full text: • DFARS 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2016-O0003) (FY 16) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) • DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001): (a) Definitions. As used in this provision- "Controlled technical information," "covered contractor information system," and "covered defense information" are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016- O0001)(OCT 2015). (b) The security requirements required by contract clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015) shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. (c) If the Offeror anticipates that additional time will be necessary to implement derived security requirement 3.5.3 "Use of multifactor authentication for local and network access to privileged accounts and for network access to non-privileged accounts" within National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations (see http://dx.doi.org/10.6028/NIST.SP.800-171), the Offeror shall notify the Contracting Officer that they will implement the requirement within 9 months of contract award. (d) If the Offeror proposes to deviate from any of the security requirements in NIST SP 800-171that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of- (1) Why a particular security requirement is not applicable; or (2) How an alternative, but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (e) An authorized representative of the DoD CIO will approve or disapprove offeror requests to deviate from NIST SP 800-171 requirements in writing prior to contract award. Any approved deviation from NIST SP 800-171 shall be incorporated into the resulting contract. (End of Provision) • 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 (Deviation 2016-O0002): (a) In accordance with section lOl (a) of the Continuing Appropriations Act, 2016 (Pub.L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other 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; or (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, Attachment DARS Tracking Number: 2016-00002 Class Deviation-Prohibition Against Using Fiscal Year 2016 Funds to Contract with Corporations that Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law (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) • DFARS 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2016-O0003)(FY16) Full Text • DFARS 252.209-7998 (Dev), Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law: In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of felony criminal violation under any Federal or State 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 further action is not necessary to protect the interests of the government. (b) The offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) • DFARS 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 inquires shall be directed to the Contracting Officer. (End of Clause) • AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause) Please provide a response to clause DFARS 252.209-7999 with your quotation. 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 vendor agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quote. Quotes or modification of quotes, received at the address specified for the receipt of offers after the exact time specified WILL NOT be considered. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 13 September, 2016. Vendors shall submit packages to SrA Nathan McMillen via email at nathan.mcmillen@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1f4f321b3133ebc778826846d4de37c0)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04263944-W 20160910/160909000238-1f4f321b3133ebc778826846d4de37c0 (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.