SOLICITATION NOTICE
71 -- Mezzanine Shelving Stackers - Attachment 2 - Attachment 3 - Attachment 1
- Notice Date
- 7/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AX7150B001
- Archive Date
- 7/27/2017
- Point of Contact
- Denina L. Solomon, Phone: 6612779659, Falilou T. Diouck, Phone: 6612778454
- E-Mail Address
-
denina.solomon@us.af.mil, falilou.diouck@us.af.mil
(denina.solomon@us.af.mil, falilou.diouck@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work (SOW) Floor Plan Specification Sheet (i) 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; proposals are being requested and a written solicitation will not be issued. The simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA9302-17-P-K067 ( iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95 and DPN 20161222. (iv) This requirement will be BRAND NAME. NAICS Code is 337215, size standard 500 employees. Simplified Acquisition Procedures will be followed. (v) CLIN Nomenclature CLIN 0001 - Mezzanine Shelving Stackers (vi) Description of items to be acquired- Mezzanine Shelving Stackers Specifications: The contractor is to furnish and install one (1) SWS VidMarLista Ten-bay extended height 2K Stak System, 2,000 lb capacity, consisting of twenty (20) sections of racking, utilizing sixty (60) 72" wide x 48" deep 2K pallets, manual mast and bride, mast floor lock, mast rotation restraint, and mast and column pallet locator features as follows: Statement of Work (SOW)-Attachment 1 Specification Sheet-Attachment 2 Floor Plan-Attachment 3 Shipping and Installation should be included in your quote (vii) Estimated date of delivery shall be: 01 September 2017 Ship Address to: 30 Hoglan Avenue, Bldg 1030 Edwards AFB, CA 93524 (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. a. Provide Cage code/DUNS Code when submitting quote. Also provide the full solicitation number on all packages. b. Warranty (ix) 52.212-2 -- Evaluation -- Commercial Items. (a) 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 following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; To be found technically acceptable, the quote must meet the attached Statement of Work (SOW) and Specifications Sheet. (ii) Price; (b) Evaluation will be competed using Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) 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. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xii) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items OTHER FAR CLAUSES AND PROVISIONS CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.222-50 Alt I Combatting Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003 Item Identification and Valuation (Mar 2016) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American and Balance of Payments Program (Dec 2016) 252.225-7016 Restrictions on Acquisition of Ball and Roller Bearings (Jun 2011) 252.225-7036 Buy American-Free Trade Agreements-Balance of Payments Program-Basic (Dec 2016) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.246-7003 Notification of Potential Safety Issues (Jun 2013) 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military (Oct 2010) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) 5352.201-9101 Ombudsman (Jun 2016) 5352.223-9001 Health & Safety on Government Installations (Nov 2012) 5352.242-9000 Contractor Access to the Air Force Installations (Nov 2012) CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. Include the following provision in all solicitations, including solicitations for the acquisition of commercial items under FAR part 12, that will use funds made available by the Continuing Appropriations Act, 2017 (Pub. L. 114-223) or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113). Section 103 of the Continuing Appropriations Act, 2017 subjects the funding by that Act for FY 2017 to the same conditions set forth in section 743: (xiii) Additional Contract Requirement or Terms and Conditions: N/A (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to Denina Solomon at denina.solomon@us.af.mil, Sam Diouck at falilou.diouck@us.af.mil, and Michele Cameron at michele.cameron@us.af.mil. Offers are due by 12 July 2017 at 11:00 AM Pacific Standard Time (PST) via electronic mail (xvi) For additional information regarding this solicitation contact: Denina Solomon at denina.solomon@us.af.mil, Sam Diouck at falilou.diouck@us.af.mil, Michele Cameron at michele.cameron@us.af.mil,   Primary Point of Contact.: Denina L. Solomon, Contract Specialist denina.solomon@us.af.mil Phone: 6612779659 Secondary Point of Contact: Falilou T. Diouck, Contracting Officer falilou.diouck@us.af.mil Phone: 6612778454 Contracting Office Address: 5 S WOLFE AVE Edwards AFB, California 93524-1185 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AX7150B001/listing.html)
- Place of Performance
- Address: 5 S. Wolfe Ave., Edwards AFB, California, 93560, United States
- Zip Code: 93560
- Zip Code: 93560
- Record
- SN04571316-W 20170709/170707235532-1ebf17c355a6e191e6818f583a9bc706 (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 |