Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2016 FBO #5406
MODIFICATION

41 -- Walk-in Cooler/Freezer

Notice Date
9/9/2016
 
Notice Type
Modification/Amendment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
 
ZIP Code
88103-5321
 
Solicitation Number
FA4855-16-T-0032
 
Point of Contact
Paul F. Aramanda, Phone: 5757846689, John M. Takats, Phone: 5757846153
 
E-Mail Address
paul.aramanda@us.af.mil, john.takats@us.af.mil
(paul.aramanda@us.af.mil, john.takats@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89 and Defense Change Notice 20160815. 3) The standard industrial classification code is 4110, NAICS is 333415, Small Business Size Standard for this NAICS code is 1250 employees. 4) Description: a) CLIN 0001 (01 EA)- Landing Zone Walk-in Cooler and Freezer The minimum specifications for this requirement must be IAW requirements stated from the customer that include: - Dimensions of 8'-10" x 19'-11" x 15'-10" (HxLxW), with a freezer width of 5'-4" and a cooler width of 9'-5" -Anti microbial interior finish -Hasp Lock(ext. door) - Safety release handle and lockable door latch -Heated door jamb, magnetic gasket, door closer, and sweep seal -208-230/1/60 refrigeration system -Low ambient controls, defrost timer, and a heated relief port for the freezer - Light switch/pilot light - Rain cap exterior doors, remote thermometer - Interior Lighting, crowned roof, and heated freezer door - Installation - Removal/disposal of the current Landing Zone freezer b) There will be a site visit for clarification on the details of this requirement on 7 Sep at 0900 hrs MST. This will take place at the Landing Zone Restaurant, 211 Levitow Ave, Cannon AFB, NM 88103. Notification of interest in attending this site visit must be given two days in advance of the event to A1C Paul Aramanda(paul.aramanda@us.af.mil) or SrA John Takats(john.takats@us.af.mil) Valid form of identification and vehicle insurance are required in order to attend the site visit on base. 5) Delivery shall be F.O.B. Destination to: 27 SOFSS Attn: Capt Christian B Vigo 211 Levitow Ave Cannon AFB, NM 88103-5305 Delivery Date: 6-8 Weeks ARO 6) Compliance with the following clauses and provisions are expected in both the submittal of quotations and in performance of the contract. Note: if selected for award, an awardee is required to comply with any additional clauses that may be required in accordance with the Federal Acquisition Regulation upon contract acceptance. The following provisions apply to this acquisition: FAR 52.204-7 -- System for Award Management. This provision is incorporated by reference, and paragraph (a) is replaced by paragraph (a) of 252.204-7004 Alternate A, System for Award Management. FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which 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 considered. The Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Descriptions stated above in section (4), the stated Delivery Date of 6-8 Weeks ARO, and Quality Products (products brochures and/or products data shall be attached to the price proposal). All offers will be ranked according to the total evaluated price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place. *All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following FAR clauses applies to this acquisition: 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. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.219-13 Notice of Set-Aside of Orders, 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 52.222-36 Affirmative Action for Workers with Disabilities, 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-System for Award Management. The following DFARS clauses cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate DFARS 252-225-7001 Buy American and Balance of Payments Program DFARS 252-225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Transportation of Supplies by Sea - Basic The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman 7) Quotes must be signed, dated and submitted by 14 Sep 2016, 1200hrs, Mountain Standard Time. All quotes for commercial items MUST be submitted with a Buy American Certificate in accordance with DFARS 252.225-7000. The certificate can be found on the next page. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer. Primary: A1C Paul Aramanda - paul.aramanda@us.af.mil Alternate: SrA John Takats - john.takats@us.af.mil 8) For further inquiries, please email the POC's listed above or the Contracting Officer, SSgt Bethany Hamilton - bethany.hamilton.1@us.af.mil BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American and Balance of Payments Program-Basic clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program Basic clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) Submitted and Certified, X_____________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-16-T-0032/listing.html)
 
Place of Performance
Address: 211 Levitow Ave, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN04265489-W 20160911/160911093111-b2a6e2f1cb19fff666003a6c5a8617ef (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.