Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2017 FBO #5741
SOLICITATION NOTICE

71 -- AFICA-Vertical Storage System - Statement of Wok

Notice Date
8/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-17-Q-0020
 
Archive Date
9/30/2017
 
Point of Contact
Amber Molina, Phone: 6097544408, Christine T. Lehtinen, Phone: 6097544713
 
E-Mail Address
amber.molina@us.af.mil, christine.lehtinen@us.af.mil
(amber.molina@us.af.mil, christine.lehtinen@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors Security Forces Appendix Wage Determination Warehouse Layout Statement of Work COMBINED SYNOPSIS/SOLICIATION ‘COMBO' SKID - Vertical Storage System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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 FA4484-17-Q-0020 is being issued as a Request for Quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (effective 19 Jan 17) and Defense Federal Acquisition Regulation Supplement 20161222 (effective 22 Dec 16). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as unrestricted. The North American Industrial Classification System Code is 337215 with a small business size standard of 500 employees. The government intends to issue a fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001 - Provide and install skid - vertical rack storage system in building 3403 at Joint Base MDL, McGuire NJ in accordance with the attached statement of work. TOTAL PRICE: $ ________________________________ SITE VISIT INFORMATION A site visit is scheduled for 16 August 2017 at 1:00 pm EST. Interested vendors are asked to meet at 2402 Vandenberg Avenue, Joint Base Mcguire-Dix-Lakehurst, NJ. Attendees are urged to arrive on time. In order to gain access to the base the following information must be provided to amber.molina@us.af.mil NLT 10:00 am Monday, 14 August 2017. a. Names of attendees; b. Social Security Number; c. Drivers License Number and state; and d. Date of birth. Please note that there will only be one site visit QUOTES DUE DATE: QUOTES DUE DATE: All quotes are due no later than 30 Aug 2017 at 3:00pm EST. Quotes may be emailed to amber.molina@us.af.mil or mailed to 87 Contracting Squadron, ATTN: Ms. Amber Molina, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641. QUOTATION PREPARATION INSTRUCTIONS: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technically acceptable the offeror must include documentation that the items offered meet the salient characteristics of the statement of work. Failure to provide this documentation will render the offer technically unacceptable and unawardable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs. ATTACHMENTS: 1. Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors 2. Statement of Work 3. Warehouse Layout 4. Burlington County Wage Determination, 2015-4191 Rev. 3, dated 25 July 2017 5. Security Forces Appendix APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Federal Acquisition Regulation: 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights 52.204-7 System for Award Management, 52.204-13, System for Award Management Maintenance, 52.204-16, Commercial and government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.204-20, Predecessor of Offeror 52.212-1, Instructions to Offerors- Commercial Items, 52.212-2, Evaluation- Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications, 52.228-5 Insurance - Work on a Government Installation 52.252-1, Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/) 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil/) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System For Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.211-7003, Item Unique Identification and Valuation 252.225-7048 Export - Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments, 5352.223-9001, Health and Safety on Government Installations 5352.201-9101, Ombudsman The following provisions/clauses are applicable to FAR 52.212-5: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.222-3 Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222.36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13, Restrictions on Certain Foreign Purchases, 52.228-5 Insurance -- Work on a Government Installation 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-17-Q-0020 /listing.html)
 
Place of Performance
Address: Building 3403, JB MDL, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN04622531-W 20170812/170810231908-3736753058d8afdaace5ff280c9fd7c9 (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.