Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2017 FBO #5728
SOLICITATION NOTICE

79 -- Aircraft Cleaning Compound

Notice Date
7/28/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325611 — Soap and Other Detergent Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 439 CONF/LGC, 250 Airlift Drive, Westover ARB, Chicopee, Massachusetts, 01022-1507, United States
 
ZIP Code
01022-1507
 
Solicitation Number
F5N2AM7198AW01
 
Archive Date
8/30/2017
 
Point of Contact
Amy F. Dumais, Phone: 4135573110, Theresa M. Elkins, Phone: 4135573924
 
E-Mail Address
amy.dumais@us.af.mil, theresa.elkins@us.af.mil
(amy.dumais@us.af.mil, theresa.elkins@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; submissions are being requested and a written solicitation will not be issued. The Solicitation Number is: F5N2AM7198AW01. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the following: Federal Acquisition Circular (FAC) 2005-95, effective 19 January 2017 DFARS Publication Notice (DPN) 20161222, effective 22 December 2016 Air Force Federal Acquisition Circular (AFAC) 2017-0127, effective 27 January 2017 ______________________________________________________________________________ NAICS code: 325611 Size Standard: 1000 Product Code 7930 Set Aside: This acquisition is 100% set aside for small business concerns. (See FAR 52.212-1 for further definition) Description of Requirement: The 439th Airlift Wing requires 3000 gallons of Aircraft Wash Cleaning Compound (concentrate), MIL-PRF-87937, Type IV, NSN 6850-01-506-7706. The Aircraft Wash Cleaning Compound will be delivered in one bulk shipment via tanker truck to Westover Air Reserve Base, Chicopee Massachusetts. The required item must be listed on the qualified product listing which can be accessed by going to http://qpldocs.dla.mil. ______________________________________________________________________________ Delivery Date: Within 30 calendar days After Receipt of Order. FOB: Destination Westover Air Reserve Base 250 Airlift Drive Chicopee, MA 01020 ______________________________________________________________________________ Questions Due Date: August 08, 2017 10:00AM EST, all questions will be addressed/answered by amendment posted to www.FBO.gov. It is incumbent upon the interested parties to review this FBO site frequently for updates/amendments to any and all documents. ______________________________________________________________________________ Quote Due Date: Quotes shall be submitted by email no later than 2:00PM (EST) on Tuesday, August 15, 2017, to the 439th Contracting Flight, or USPS mail ATTN: Amy Dumais, Contract Specialist, 250 Airlift Drive, Westover Air Reserve Base, Chicopee, MA, 01022. PHONE CALLS ARE DISCOURAGED. Any questions regarding this proposal request MUST be submitted in writing to amy.dumaus@us.af.mil and theresa.elkins@us.af.mil. All quotes will be considered. Any resultant award will be made to the lowest priced offeror providing a technically acceptable offer. The Government anticipates a firm fixed price contract. ______________________________________________________________________________ Site Visit: None ______________________________________________________________________________ FAR 52.212-1 Instruction to Offerors - Commercial Items, (Jan 2017), is hereby incorporated by reference with the same force and effect as if it were given in full text. In addition to any addendum provided via attachment to this Solicitation, all terms and condition of FAR 52.212-1 remain in effect. 52.212-2 Evaluation -- Commercial Items (Oct 2014), this provision has been tailored to this procurement as follows: (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: - Price - Conforms to MIL-PRF-87937, Type IV, NSN 6850-01-506-7706 (Please provide MSDS/SDS sheet with quote.) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. (End of Provision) Each offeror shall ensure the provision at FAR 52.212-3, including its Alternate I, Vendors Representations and Certifications-Commercial Items, (Jan 2017), are updated at www.sam.gov. To receive an award of contract the offeror must be registered in the SAM database which can be accessed at the website www.sam.gov. Addendum FAR 52.212-3 - The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision The clause at FAR 52.212-4, Contract Terms and Conditions -Commercial Items, (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. The clause at FAR 52.212-5(DEV) -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following Federal Acquisition Regulations (FAR) and its supplements (DFARS and AFFARS) provisions and clauses apply to this acquisition: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) FAR 52.204-7 System for Award Management (Oct 2016) FAR 52.204-13 System for Award Management Maintenance (Oct 2016) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18-Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-19-Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) FAR 52.209-11-Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.219-6- Notice of Total Small Business Set-Aside. FAR 52.222-3- Convict Labor FAR 52.222-36- Equal Opportunity for Workers With Disabilities. FAR 52.222-50- Combating Trafficking in Persons (Mar 2015) FAR 52.223-18-Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation (Dec 2016) FAR 52.225-1- Buy American - Supplies (May 2014) FAR 52.225-13- Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.225-18- Place of Manufacture (Mar 2015) FAR 52.225-25- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015) FAR 52.232-1 Payments (Apr. 1984) FAR 52.232-33- Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013) FAR 52.232-40- Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.233-1 Disputes (May 2014) FAR 52.233-3- Protest after Award (Aug. 1996) FAR 52.233-4- Applicable Law For Breach Of Contract Claim (OCT 2004) FAR 52.243-1 Changes -- Fixed Price (Aug 1987) FAR 52.204-20 Predecessor of Offeror (July 2016) FAR 52.247-34 F.O.B. Destination (Nov 1991) FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) FAR 52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984) DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) DFARS 252.703-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 252.204-7003-CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) DFARS 252.204-7004 -ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014 DFARS 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) DFARS 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) DFARS 252.204-7011- Alternative Line Item structure DFARS 252.204-7012- SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) DFARS 252.204-7015-NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) DFARS 252.225-7048- EXPORT CONTROLLED ITEMS (JUNE 2013) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) DFARS 252.232-7010--LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) AFFARS 5352.201.9101 OMBUDSMAN (JUN 2016) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Government (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA6606 Admin DoDAAC FA6606 Inspect By DoDAAC F5N2AM Ship To Code F5N2AM Ship From Code NA Mark For Code 439 MXS/MXMF SMSgt Michael Dirienzo, 413-557-2610 Service Approver (DoDAAC) NA Service Acceptor (DoDAAC) NA Accept at Other DoDAAC NA LPO DoDAAC NA DCAA Auditor DoDAAC NA Other DoDAAC(s) NA (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system N/A (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Amy.dumais@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 52.211-16 -- Variation in Quantity (Apr 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: ____0%____ Percent increase [Contracting Officer insert percentage] ____5%____ Percent decrease [Contracting Officer insert percentage] This increase or decrease shall apply to __CLIN 0001________.* (End of Clause) 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/vffara.htm (End of Provision) 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 address: http://farsite.hill.af.mil/vffara.htm 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/439LSSLGC/F5N2AM7198AW01/listing.html)
 
Place of Performance
Address: Westover Air Reserve Base, Chicopee, Massachusetts, 01022, United States
Zip Code: 01022
 
Record
SN04602716-W 20170730/170728231830-d2587b3654ceeb65d176f33225670e1d (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.