Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOLICITATION NOTICE

23 -- Skid Units - Request For Quote

Notice Date
5/4/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA8051-17-R-3017
 
Archive Date
6/17/2017
 
Point of Contact
Desiree' Hamn, Phone: 8502836661, Flavio Ely, Phone: 8502836758
 
E-Mail Address
desiree.hamn.1@us.af.mil, flavio.ely@us.af.mil
(desiree.hamn.1@us.af.mil, flavio.ely@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CLIN Price Sheet Government Specifications Provisions and Clauses 4 May 2017 COMBINED SYNOPSIS/SOLICITATION 1. Solicitation. 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; quotes are being requested and a written solicitation will not be issued. 772 ESS/PKD intends to utilize this Request for Quote (RFQ), under solicitation number FA8051-17-R-3017, to award a Firm Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) type contract for the acquisition of aluminum firefighting units with equipment lockers (Skid Units). The Government intends to award one contract to the responsible offeror whose offer represents the Best Value to the Government. "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." This document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-95, Defense Acquisition Circular DPN 20161222, and Air Force Acquisition Circular 2017-0127. This requirement is being solicited as a 100% Small Business Set-Aside. The NAICS code for this acquisition is 336211 and the Small Business size standard is 1,000 employees. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. NAICS 336211 is not identified in the SBA's non-manufacturer class waiver listing. Consequently, in accordance with FAR 19.102(f) any concern submitting a bid or offer in its own name that proposes to furnish an end product it did not manufacture (a "non-manufacturer") will be considered a small business if it has no more than 500 employees and furnishes the product of a small business manufacturer or producer. The projected Ordering Period for this requirement is 27 June 2017 - 26 June 2020. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jul 2016) Alternate 1 (Oct 2014), or ensure the Representations and Certifications are updated at www.sam.gov. FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this solicitation and are listed in Attachment 1. Attachment 1 identifies the applicable clauses and provisions to this RFQ. All clauses and provisions may be found in full text at the following site: http://farsite.hill.af.mil. 2. Description of Requirement - The purpose of this requirement is to purchase aluminum firefighting skid units with equipment lockers in accordance with the Government specifications (Attachment 2) to accomplish the Wildland firefighting mission. The skid units will be mounted on Government furnished heavy duty F-350 dual wheel 4x4 Diesel extended cab/chassis 60 inch Cab to Axle (CA) trucks. 3. Basis for Award. The Government intends to award without discussions a single award FFP/IDIQ contract for the acquisition of the skid units. Award will be made to the lowest price responsible offeror that is determined to be technically acceptable. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The responses to this RFQ are intended to be evaluated, and award made, without discussions unless discussions are deemed to be necessary. 4. Estimated Contract Amount - The total program quantity for this acquisition is estimated at 40 skid units. Delivery Orders will be placed in accordance with the terms of the contract awarded as a result of this solicitation. For the contract duration, the minimum award guaranteed amount shall be 14 skid units. The Government expects to meet the minimum guarantee of 14 skid units by the issuance of a Delivery Order, which will be placed at time of contract award, or shortly thereafter. 5. Best Value Evaluation. For this procurement, the Best Value determination will be made on the basis of Lowest Price Technically Acceptable (LPTA). The following factors will be used to evaluate offers: A) Price, B) Technical, and C) Past Performance Factors. The responses to this RFQ are intended to be evaluated, and award made, without discussions unless discussions are deemed to be necessary. The following process will be followed: A. Price. Total evaluated price will be determined by multiplying the quantities identified in the Price Sheet by the proposed unit price for the Contract Line Item Number (CLIN). Contractors are required to fill in the unit price and only the unit price for the CLIN identified in the Price Sheet. Failure to fill in the unit price in the Price Sheet will render the offer unacceptable and the Government will not consider the offer for award, in the absence of discussions. The unit price should be rounded to the penny to avoid rounding errors. Prices shall be consistent with the pricing submitted in the quote, including any discounts. Since the Government intends to award without discussions, contractors are encouraged to offer their most advantageous pricing. Failure to comply with instructions will render the quote Unacceptable and ineligible for award in the absence of discussions. B. Technical Capability/Approach. This factor will be determined through Government evaluation of the quoted Skid Unit and evaluation of how well the quotes meets the requirements outlined in the Government Specification sheet (Attachment 2). A rating of unacceptable for one or more technical subfactors will constitute an overall rating of unacceptable for the overall technical evaluation. Each technical sub-factor will receive one of the ratings listed below: (1) Acceptable: Quote clearly meets the requirements of the solicitation. (2) Unacceptable: The quote does not clearly meet the requirements of the solicitation. The Technical Factor is comprised of the five subfactors identified below and in accordance with the Government specifications (Attachment 2): Subfactor 1.1-Technical - Proposed Materials: Acceptability will be based on the offerors submission of material cut sheets that are compliant with the Government specifications for the following items:  Structural members  Compartment components  Decking Subfactor 1.2 - Technical - Proposed Equipment: Acceptability will be based on the offerors submission of equipment make and model numbers that are compliant with the Government specifications for the following items.  Pump  Pump Motor  Tank  Hose Reel  Class A Foam System Subfactor 1.3 - Technical - Delivery Schedule: Acceptability will be based on the offerors written confirmation of their ability to completely manufacture, assemble, and install at least two units per month. Subfactor 1.4 - Technical - Concept Design: Acceptability will be based on the offerors submission of a concept design with dimensions and total empty weight in PDF file format. Subfactor 1.5 - Technical - Service Support/Warranty: Acceptability will be based on the offerors written confirmation of their ability to provide onsite service capability within 48 hour notice and a minimum 5 year warranty on fabricated structural components and standard manufacturer's warranty on pump, tank, engine, and hose reel. C. Past Performance: The offeror shall provide examples of Past Performance (contract number, location, POC, contact information) for similar contracts in the last three (3) years. Recent and relevant Past Performance will be evaluated based on an assessment of performance under previous contracts. Relevant Past Performance is defined as the efforts involving similar scope and magnitude of effort and complexities that this solicitation requires. Recent Past Performance is defined as efforts executed within the last three (3) years. In conducting the Past Performance evaluation, the Government reserves the right to use both the information provided in the offeror's provided Past Performance and information obtained from other sources available to the Government, to include Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers and Fee Determining Official; the Defense Contract Management Agency (DCMA), and commercial sources. The Government will evaluate Past Performance as it relates to the requirements outlined in the Government Specification sheet. Past Performance will be evaluated as either Acceptable or Unacceptable. A rating of Unacceptable will render a quote ineligible for award. A lack of Past Performance will not be evaluated favorably or unfavorably and will therefore be evaluated as Acceptable. 6. Additional Instructions to Offerors. Vendors shall respond to this RFQ via email by 2 June 2017 at 1400 hours (2:00 pm) Central Standard Time (CST). All quotes should be sent to the Contracting Officer, MSgt Flavio Ely, at flavio.ely@us.af.mil phone number: (850) 283-6758 and Desiree' Thomas at desiree.thomas.6@us.af.mil phone number: (850) 283-6661 before the due date and time specified. Any quote, modification, or revision of a quote received after the exact time specified for receipt of quotes is "late" and may not be considered. All offers must list DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. 7. Questions. All questions regarding the RFQ package must be submitted to the above e-mail addresses by 18 May 2017 at 1400 (2:00 pm) Central Standard Time (CST). Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. 8. Organizational Conflicts of Interest: All offerors shall identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest. 9. Notice to Offerors: The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Submitted offers shall be valid for 60 days after the closing date of the RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f53779fb4cad0a45c8bb113f9ba9f5a0)
 
Place of Performance
Address: 139 Barnes Drive, Suite 1, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN04495834-W 20170506/170504234945-f53779fb4cad0a45c8bb113f9ba9f5a0 (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.