Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
MODIFICATION

42 -- Vehicle Equipment Outfitting BPA

Notice Date
8/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
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
FA448417Q0010_Vehicle_Equip_BPA
 
Archive Date
8/26/2017
 
Point of Contact
Joe Molina, Phone: 6097542430, Levi Ingram, Phone: 6097540687
 
E-Mail Address
joe.molina@us.af.mil, levi.ingram.2@us.af.mil
(joe.molina@us.af.mil, levi.ingram.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice for a Blanket Purchase Agreement (BPA). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-17-Q-0010 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 17 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20161222. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set-aside acquisition. The North American Industrial Classification System Code is 811198 - Other Automotive Repair and Maintenance with a small business size standard of $7.5M. The government intends to issue a blanket purchase agreement. Price lists shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: PRICING: Please fill in attached price list. PLACE OF PERFORMANCE: Contractors Site. Price lists are due on: 11 Aug 2017 4:30 PM EDT Price lists will be submitted to: MSgt Joe Molina (joe.molina@us.af.mil) APPLICABLE CLAUSES/PROVISIONS: FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-6, Data Universal Numbering System Number FAR 52.204-7, Alt 1, System for Award Management FAR 52.204-12 Data Universal Numbering System Number Maintenance FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-17, Ownership of Control of Offeror FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-20, Predecessor of Offeror FAR 52.209-7, Information Regarding Responsibility Matters. FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.209-12, Certification Regarding Tax Matters. FAR 52.212-1, Instructions to Offerors, Commercial Items ADDENDUM TO 52.212-1: Award will be made to the lowest priced technically acceptable offeror. Utilize the Price list provided in the attachment for your pricing. FAR 52.212-3, Alt 1, Offerors Representations and Certifications - Commercial Items 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. FAR 52.212-3, Alt 1, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.228-5, Insurance - Work on a Government Installation Addendum to 52.228-5 entitled "Insurance Work on a Government Installation: The required workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000. General liability insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence. Automobile liability insurance policy shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per occurrence for property damage shall be required. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representations Relating to Compensation for Former DoD Officials DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions AFFARS 5352.201-9101, Ombudsman. The following provisions and clauses are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 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 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 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 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.222-41, Service Contract Labor Standards 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) 52.222-55, Minimum Wages Under Executive Order 13658 52.232-36, Payment by Third Party 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. Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. 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. ATTACHMENTS: 1. SFS Decal Performance Statement of Work 2. Blackout Light Statement of Work 3. Department of Labor Wage Determination 2005-4191 Revision 1 4. Joint Base McGuire-Dix-Lakehurst Security Forces Appendix 5. Anti-Terrorism Statement 6. Vehicle Equipment Price List This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice for a Blanket Purchase Agreement (BPA). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-17-Q-0010 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 17 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20161222. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set-aside acquisition. The North American Industrial Classification System Code is 811198 - Other Automotive Repair and Maintenance with a small business size standard of $7.5M. The government intends to issue a blanket purchase agreement. Price lists shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: PRICING: Please fill in attached price list. PLACE OF PERFORMANCE: Contractors Site. Price lists are due on: 31 July 2017 12:00 PM EDT Price lists will be submitted to: MSgt Joe Molina (joe.molina@us.af.mil) APPLICABLE CLAUSES/PROVISIONS: FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-6, Data Universal Numbering System Number FAR 52.204-7, Alt 1, System for Award Management FAR 52.204-12 Data Universal Numbering System Number Maintenance FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-17, Ownership of Control of Offeror FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-20, Predecessor of Offeror FAR 52.209-7, Information Regarding Responsibility Matters. FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.209-12, Certification Regarding Tax Matters. FAR 52.212-1, Instructions to Offerors, Commercial Items ADDENDUM TO 52.212-1: Award will be made to the lowest priced technically acceptable offeror. Utilize the Price list provided in the attachment for your pricing. FAR 52.212-3, Alt 1, Offerors Representations and Certifications - Commercial Items 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. FAR 52.212-3, Alt 1, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.228-5, Insurance - Work on a Government Installation Addendum to 52.228-5 entitled "Insurance Work on a Government Installation: The required workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000. General liability insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence. Automobile liability insurance policy shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per occurrence for property damage shall be required. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representations Relating to Compensation for Former DoD Officials DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions AFFARS 5352.201-9101, Ombudsman. The following provisions and clauses are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 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 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 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 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.222-41, Service Contract Labor Standards 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) 52.222-55, Minimum Wages Under Executive Order 13658 52.232-36, Payment by Third Party 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. Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. 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. ATTACHMENTS: 1. SFS Decal Performance Statement of Work 2. Blackout Light Statement of Work 3. Department of Labor Wage Determination 2005-4191 Revision 1 4. Joint Base McGuire-Dix-Lakehurst Security Forces Appendix 5. Anti-Terrorism Statement 6. Vehicle Equipment Price List
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA448417Q0010_Vehicle_Equip_BPA/listing.html)
 
Place of Performance
Address: Contractors Location, JB MDL, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN04625603-W 20170813/170811232356-c97629d708562397dc33ad3ffa05f6f3 (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  © 1994-2020, Loren Data Corp.