SOLICITATION NOTICE
54 -- Purchase Military Modular Aircraft Ramp System (MMARS) - RFQ
- Notice Date
- 3/17/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ECC, 413th CSB (W912D0) RCO Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, Alaska, United States
- ZIP Code
- 00000
- Solicitation Number
- 0010995979
- Archive Date
- 4/20/2017
- Point of Contact
- Steven W. Wade, Phone: 9073537126, Mark A. Puhak, Phone: 9073532463
- E-Mail Address
-
steven.w.wade.civ@mail.mil, mark.a.puhak.civ@mail.mil
(steven.w.wade.civ@mail.mil, mark.a.puhak.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2---Ramp Set Picture Attachment 1---Statement of Need This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, 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. Solicitation number 0010995979 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, Effective 19 Jan 2017. This acquisition is 100% set aside for Small Business competition concerns and is under North American Industry Classification Standards (NAICS) code 332312 with the number of employees not to exceed 500. Quotes received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected (in accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside which applies to this solicitation). The Government will award a contract resulting from this solicitation to the responsible contractor that meets the minimum technical requirement at the lowest price. Since award will be made without discussions, contractors are highly encouraged to quote their most advantageous pricing in their initial response. When submitting the quote the Vendor shall provide product specifications, part numbers and pictures if available so that a thorough and complete evaluation can be accomplished. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Instructions to vendors: Note 1: To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of pricing for the items listed below and product specifications, part numbers and pictures if applicable. Technical acceptability will be based on these documents Note 2: The contractor agrees to hold the prices in its quote firm for at least 30 calendar days from the date specified for receipt of quote, unless another time period is specified. Note 3: The contractor shall include the provisions at 52.212-3, Representation and Certifications-Commercial Items. And shall be registered in System for Award Management (SAM) Registration: https://www.sam.gov/portal/public/SAM/ Note 4: Contractors are hereby notified that initial quote which are found incomplete may be rejected without affording the contractor an opportunity to satisfy the requirement of this RFQ. Notwithstanding the information included in support of the offeror's technical capability, the contractor must meet all requirements of this Request for Quote. The Government will award a contract resulting from this solicitation to the responsible contractor that submitted a complete package according to this RFQ and meets the minimum technical requirement at the lowest price. Description of Requirement: Provide five sets of Military Modular Aircraft Ramp Systems to Fort Wainwright, AK 99703. The contractor shall provide five sets of Military Modular Aircraft Ramp Systems to 1-52 GSAB Unit on Fort Wainwright, Alaska 99703. Quote must include all shipping and handling fees to get the Ramp Systems to Fort Wainwright, AK. The shipping cost will be annotated on a separate CLIN than the price of the Ramps. The type of Ramps and the quantities / specs are included in Attachment 1---Statement of Needs and a picture of the type of ramp is included in Attachment 2---Ramp Set Picture. Quote Information: The Government intends to award without discussions. Therefore contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their proposal by 5 April 17 at (4:00 PM) EST to the contracting office by email in order to be considered for award. If you have any questions, please send them to the POC below by 28 March 17 at (4:00PM) EST. Quotes must be received no later than Wednesday, 5 April 7, 2017, at 4:00 PM hours Eastern Standard Time (12:00 P.M.) Alaska Standard Time. Quotes must be e-mailed to the primary point of contact listed below. Contact Information: The Primary Point of Contact for this acquisition will be: Steven Wade, (907) 353-7126, e-mail: steven.w.wade.civ@mail.mil The Alternate Point of Contact is: Mark A. Puhak, (907) 353-2463, e-mail: mark.a.puhak.civ@mail.mil BASIS FOR AWARD: A Firm-Fixed Price award will be issued in writing. Telephone bids will not be processed. Award shall be made only to contractors who have registered with System for Award Management (SAM) and have the appropriate NAICS CODE 332312 loaded in their Reps and Certs Section in SAM. Vendors may register at: http://www.sam.gov. Contract will be awarded on the Lowest Price Technically Acceptable offer that meets the requirements listed in this solicitation and the Statement of Needs in Attachment 1. Clauses and Provisions: The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract: • FAR Provision 52.204-07, System for Award Management. • FAR Provision 52.212-1, Instructions to Offerors - Commercial Items. • FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Each offeror shall include a completed copy of the provisions with the quotation. The Word document is available for downloading the representation and certifications and in the entire from at http://farsite.hill.af.mil/ • FAR Provision 52.222-19, Child Labor Cooperation with Authorities and Remedies. • FAR Provision 52.233-2, Service of Protest. • FAR Provision 52.252-1, Solicitation Provisions Incorporated by Reference. • DFAR Provision 252.203-7005, Representation Relating to Compensation of Former DOD Officials. • DFAR Provision 252.204-7011, Alternative Line Item Structure. DFAR Provision 252.204-7004, Alternate A, System for Award Management (May 2013) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items. • FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items. • FAR Clause 52.204-9, Personal Identity Verification of Contractor Personnel. • FAR Clause 52.204-10, Reporting Executive Competition and First-Tier Subcontract Awards. • FAR Clause 52.204-13, System for Award Management. • FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. • FAR Clause 52.219-1, Small Business Program Representations. • FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. • FAR Clause 52.219-28, Post Award Small Business Program Representation. • FAR Clause 52.222-3, Convict Labor. • FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies. • FAR Clause 52.222-21, Prohibition of Segregated Facilities. • FAR Clause 52.222-26, Equal Opportunity. • FAR Clause 52.222-35, Equal Opportunity for Veterans. • FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities. • FAR Clause 52.222-37, Employment Reports Veterans. • FAR Clause 52.222-50, Combating Trafficking in Persons. • FAR Clause 52.223-3, Hazardous Material Identification and Materiel Safety Data. • FAR Clause 52.223-5, Pollution Prevention and Right-to-know Information. • FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. • FAR Clause 52.225-3, Buy American Act-North Free Trade Agreement Supplies. • FAR Clause 52.225-13, Restriction on Certain Foreign Purchases. • FAR Clause 52.228-5, Insurance-Work on a Government Installation. • FAR Clause 52.232-18, Availability of Funds. • FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. • FAR Clause 52.232-39, Unenforceability of Unauthorized Obligations. • FAR Clause 52.233-3, Protest After Award. • FAR Clause 52.233-4, Applicable Law for Breach of Contract Claim. • FAR Clause 52.252-2, Clauses Incorporated by Reference. • DFAR Clause 252.203-7000, Requirements Relating to Compensation of Former DOD Officials. • DFAR Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. • DFAR Clause 252.204-7003, Control of Government Personnel Work Product. • DFAR Clause 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. • DFAR Clause 252.211-7003, Item Unique Identification and Valuation. • DFAR Clause 252.223-7001, Hazard Warning Labels. • DFAR Clause 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials. • DFAR Clause 252.223-7008, Prohibition of Hexavalent Chromium. • DFAR Clause 252-225-7036, Buy American Act And Balance of Payments Program. • DFAR Clause 252.232-7003, Electronic Submission of Payment Request. • DFAR Clause 252.232-7010, Levies on Contract Payments. • DFAR Clause 252.243-7002, Requests for Equitable Adjustment. • DFAR Clause 252.244-7000, Subcontracts for Commercial Items. Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests. Attachments: Attachment 1---Statement of Needs Attachment 2---Ramp Set Picture Contracting Office Address: RCO-AK (PARC Pacific, 413th CSB) PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703 Place of Performance: 1-52 GSAB, 3007 Montgomery Road (Hangar 4), Fort Wainwright, AK 99703.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/197bb24fb2efd4fb485a1f2c0036f8b7)
- Place of Performance
- Address: 1-52 GSAB, 3007 Montgomery Road (Hangar 4), Fort Wainwright, AK 99703., Fort Wainwright, Alaska, 99703, United States
- Zip Code: 99703
- Zip Code: 99703
- Record
- SN04438692-W 20170319/170317233955-197bb24fb2efd4fb485a1f2c0036f8b7 (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 |