SOLICITATION NOTICE
44 -- Abrasive Blast Room Dust Collector - RFQ-Dust Collector - Statement of Work (SOW)
- Notice Date
- 6/29/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #333413
— Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
- ZIP Code
- 37389-1335
- Solicitation Number
- FA9101-17-Q-2019
- Point of Contact
- Julie Miller, Phone: 5755721244, William K. Hunter, Phone: 575-572-1245
- E-Mail Address
-
julie.miller.4@us.af.mil, william.hunter.9@us.af.mil
(julie.miller.4@us.af.mil, william.hunter.9@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work (SOW) Abrasive Blast Room Dust Collector This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the 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. This is a Request for Quote (RFQ) and the solicitation number for this requirement is FA9101-17-Q-2019. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 effective 19 Jan 2017, DFARS DPN 20161222 effective 22 Dec 2016, and AFFARS AFAC 2017-0127 effective 27 Jan 2017. The North American Industry Classification System code (NAICS) is 333413, Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing, with a Small Business Size Standard of 500 employees. A firm fixed price purchase order will be awarded. DESCRIPTION: See attached Statement of Work (SOW). SET-ASIDE: IAW FAR 52.219-6, this acquisition is a Total Small Business Set-Aside. BASIS FOR AWARD: The Government will award a purchase order resulting from this request to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical capability. Reference below Addenda to 52.212-2, Evaluation -- Commercial Items for more information. DELIVERY ADDRESS: Holloman AFB, NM 88330 DELIVERY DATE: 12-16 weeks after receipt of order (ARO) QUOTE DEADLINE: Receipt of offers are due 13 July 2017, 2:00 p.m. (MST). Quotes may be emailed to Kyle Hunter, Contracting Officer, at william.hunter.9@us.af.mil and to Julie Miller, Contract Specialist, julie.miller.4@us.af.mil. For any questions, please call Ms. Miller at 575-572-1244. Quotes received after this date and time may not be reviewed. QUOTE SUBMISSION INFORMATION: Quotes can be e-mailed to the address or number identified above. If you e-mail your quote, page 2 (or equivalent*) must be scanned so we have a signed quote. Your offer shall include but is not limited to the following: 1. Complete (must be signed) Page 2 of Combined Synopsis/Solicitation (or contractor equivalent*) 2. FAR 52.212-3, Offeror Representations and Certifications *The offeror is not required to use Page 2 of this Combined Synopsis/Solicitation; however, if you choose not to use it, all of the information on Page 2 must be included in your offer. SAM/DUNS/WAWF: All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Workflow 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.   Offeror's Information Offeror Name & Address: POC: CAGE: Phone: DUNS: Fax: Tax ID: E-Mail ITEM NUMBER Description QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Abrasive Blast Room Dust Collector with installation: *See Statement of Work (SOW) for minimum specifications 1 EA DELIVERY DATE: The contractor shall deliver all items NLT 12 - 16 Weeks ARO. This performance period is 1 mandatory, 0 negotiable. Shipping: FOB Destination NOTE: If the "negotiable" block is checked, please complete the following if you disagree with aforementioned performance period: 0 Request performance period be changed to: PAYMENT TERMS: The Government shall consider your "DISCOUNT TERMS" to be NET 30 unless following block is marked and filled-in completely: 0 Use the following DISCOUNT TERMS for this offer: % days; Net 30 ADDITIONAL INFORMATION (for Offeror Use): {Insert Name} DATE {Insert Title} By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation in accordance with FAR 52.204-7 - System for Award Management. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. PROVISIONS/CLAUSES: Provisions and clauses may be obtained via the internet through the following websites: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by full text: ADDENDA TO 52.212-2, Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Price 2) Technical capability of the item offered to meet the Government requirement Price - Received quotes will be ranked and arranged by price (lowest first) before the Government assesses technical capability. Rankings/arrangement will based on total price inclusive of transportation charges from the shipping point of the supplier to the delivery destination. Technical - An offeror must provide specific evidence that they are capable of fulfilling the requirement. Technical criteria will be evaluated by a technical advisor for compatibility/functionality review and rated IAW Table A-1 (as provided below). Documents submitted in response to this solicitation must be fully responsive to and consistent with the following (if applicable): (1) Requirements of the solicitation, Statement of Need and government standards and regulations pertaining to this requirement. If this solicitation has been designated as Brand Name or Equal IAW FAR 52.211-6, the technical advisor will compare an offerors proposed product/service against the brand names salient physical, functional, or performance characteristics to determine technical acceptance. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. If the lowest priced offer is determined to be technically acceptable, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is evaluated to be technically unacceptable the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is determined to be technically acceptable, or until all offerors are evaluated. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, 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) 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 address: 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, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting. (End of Clause) The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: - FAR 52.212-01, Instructions to Offerors - Commercial Items - FAR 52.204-7, System for Award Management - FAR 52.204-13, System for Award Management - FAR 52.212-3, Offeror Representation and Certifications--Commercial Items (SUBMIT WITH OFFER) - 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 Within FAR 52.212-5, the following provisions and clauses are incorporated by text: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest FAR 52.219-6, Notice of Total Small Business Set-Aside 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 - FAR 52.219-1, Alternate I (Sep 2015), Small Business Program Representations - FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors - FAR 52.247-34, F.O.B. Destination The following Defense Federal Acquisition Regulation Supplement (DFARS) and Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply to this solicitation and are incorporated by reference: - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - 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, Alt A, System for Award Management Alternate A - DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support - DFARS 252.225-7001, Buy American Act and Balance of Payment Program - DFARS 252.225-7002, Qualifying Country Sources as Subcontractors - DFARS 252.225-7036, Alternate IV (Dec 2016) Buy American-Free Trade Agreements - DFARS 252.232-7003, Electronic Submission of Payment Requests - DFARS 252.232-7010, Levies on Contract Payments - DFARS 252.243-7001, Pricing of Contract Modifications - DFARS 252.247-7023, Alt III, Transportation of Supplies by Sea - AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) The following AFFARS clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman (Jun 2016) (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, Air Force Test Center Vice Commander, 1 South Rosamond Blvd, Edward 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 Center/MAJCOM/DRU/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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/FA9101-17-Q-2019/listing.html)
- Place of Performance
- Address: Holloman AFB, New Mexico, 88330, United States
- Zip Code: 88330
- Zip Code: 88330
- Record
- SN04562333-W 20170701/170629235017-018079153fb866d0f3aa3370ef6287ce (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 |