Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2017 FBO #5759
SOLICITATION NOTICE

78 -- CDC Playground Equipment & Repair - Attachments

Notice Date
8/28/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
 
ZIP Code
62225-5037
 
Solicitation Number
FA4407-17-Q-2016
 
Archive Date
9/22/2017
 
Point of Contact
Jody L. Noram, Phone: 6182564159
 
E-Mail Address
jody.noram.1@us.af.mil
(jody.noram.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW CLINS The 375th Contracting Squadron (LGCB2) at Scott AFB, IL is contemplating an award for the purchase of Playground Equipment and Repair, Brand Name or Equal. This is a commercial purchase using Federal Acquisition Regulation (FAR) Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is FA4407-17-Q-2016; it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 05-95 effective 19 Jan 17, and the Defense Federal Acquisition Regulation Supplement DPN 20161222 Edition. (iv) This acquisition is being solicited full and open on the Federal Business Opportunities webpage FedBizOpps under North American Industry Classification System (NAICS) code 339920; Sporting and Athletic Goods Manufacturing. The small business size standard is 750 Employees. The Product Service Code (PSC)/ Federal Supply Code (FSC) for this acquisition will be 7830; Recreatioinal and Gymnastic Equipment.   (v) Contract Line Item Number(s) CLINS: SEE Attached PROVIDE PRICING FOR EACH CLIN WITH YOUR RESPONSE. (vi) Description of requirements: **THIS IS A BRAND NAME OR EQUAL PURCHASE** The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services to provide playground equipment and repairs on four (4) playgrounds at bldg. 1805 and four (4) playgrounds at bldg. 1807 on Scott AFB, IL IAW the attached statement of work. (vii) The Government desires FOB Destination, Scott AFB, IL. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: A site visit will be held on Thursday, 31 August at 1:00 p.m. CST at Scott AFB, IL. Offerors shall contact the contract specialist, Jody Noram, 618-256-4159, or email jody.noram.1@us.af.mil or the contracting officer, Ms. Susan Szoke, 618-256-9270, or email susan.szoke@us.af.mil by 3:00 p.m. CST on Wedsenday, 30 August, 2017, to confirm attendance and allow the Government sufficient time to assure your Base Pass is processed. The site visit begins promptly at 1:00 p.m. CST. Please allow sufficient time to obtain the pass from the Visitor Control Center for access to the Installation as there may be line(s) of vehicles accessing the Installation. All interested parties will meet in the Conference Room located at 375 CONS, Bldg. 50.    ADDENDA TO 52.212-1 (CONTINUED): PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. CAGE Code ___________________________________________ 3. Contractor Name ____________________________________________________________ 4. Payment Terms (net 30) or Discount ________________________________________________ 5. Delivery Date or Period of Performance: 30 Sept 2017__________________________________ 6. Business Type (i.e. small, women-owned, SDVOSB, etc.)______________________________ 7. Point of Contact__________________________________________________________________ 8. Phone Number___________________________________________________________________ 9. Fax Number _____________________________________________________________________ 10. Email address_____________________________________________________________________ 11. FOB (destination or origin) _________________________________________________________ 12. GSA number, if applicable to this requirement _________________________________________ 13. Official Date of Quote______________________________________________________________   (ix) The provision at 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition. (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. For this acquisition, the following factors shall be used to evaluate offers: Price and Technical Capability of the item offered to meet the Government requirement. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106-2. (End of Provision) (x) Offerors must include with their quote a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2017), unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. As prescribed in 52.212-3, an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at https://www.sam.gov/. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (p) of this provision. A copy of paragraphs (c) through (p) can be obtained at http://farsite.hill.af.mil/vffara.htm. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation 2013-O0019) (Jan2017), applies to this acquisition. The following clauses are by reference: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR 52.204-13, System for Award Management Maintenance (Oct 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 52.204-20 Predecessor of Offeror FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.212-4 Contract Terms and Conditions--Commercial Items. FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. FAR 52.219-28, Post-Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies ( Oct 2016) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) 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 52.225-3 Alt III, Buy American Act -- Free Trade Agreements -- Israeli Trade Act (May 2014) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 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 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-34, F.O.B. Destination (Nov 1991) 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 DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004, Alt A, System for Award Management (Feb 2014) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001 (OCT 2016) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2016) DFARS 252.225-7048 Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) AFFARS 5352.223-9001 Health and Safety on Government Installations (Nov 2012) AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) The following clauses are full text: 5352.201-9101, Ombudsman (Jun 2016) 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, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. 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. (End of clause) The following provisions are by reference: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-22 Alternative Line Item Proposal FAR 52.209-2-Prohibition on Contracting with Inverted Domestic Corporations- Representation. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.212-1 Instructions to Offerors- Commercial Items. FAR 52.212-2 Evaluation-Commercial Items. FAR 52.212-3 Offerors Representations and Certifications-Commercial Items. FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Prepresentation FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7004 Alt A System for Award Management Alternate A DFARS 252.204-7011, Alternative Line Item Structure (Sep 2011) DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Jun 2016) The following provisions are full text: (xiii) No additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) are necessary for this acquisition. (xiv) N/A (xv) QUOTES ARE DUE TO Scott AFB, IL NO LATER THAN 12:00 P.M. CST ON 7 September 2017. (xvi) Quotes are due to: By email: jody.noram.1@us.af.mil PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Interested parties with questions by phone will be directed to ask questions in writing to the email address listed above. The point of contact for this acquisition is Jody Noram: phone 618-256-4159; fax 618-256-2174; e-mail jody.noram.1@us.af.mil. In the event this individual is not available, contact Ms. Susan Szoke: phone 618-256-9270; fax 618-256-2174; e-mail susan.szoke@us.af.mil. REAL ID ACT REQUIREMENT Passed by Congress in 2005, the REAL ID Act enacted the 9/11 Commission's recommendation that the Federal Government "set standards for the issuance of sources of identification, such as driver's licenses." The Act established minimum security standards for state-issued driver's licenses and identification cards and prohibits Federal agencies from accepting for official purposes licenses and identification cards from states that do not meet these standards. The following states/territories have an extension, allowing driver's licenses until 10 Oct 2017. At midnight on 9 Oct 2017, Scott AFB will no longer accept licenses from these states: Louisiana, Michigan, Rhode Island, Massachusetts, Virgin Islands, N. Dakota, N. Marianas, New York, N. Carolina, New Hampshire, Puerto Rico, Idaho, New Jersey, Am. Samoa, Illinois, Guam, California, Maine, Montana, Alaska, Virginia, Oklahoma, Pennsylvania, Kentucky, Washington, S. Carolina, Missouri, Minnesota, Oregon. The following states/territories are compliant with the REAL ID Act: Alabama, Hawaii, Nevada, Arizona, Indiana, S. Dakota, Colorado, Iowa, Tennessee, Connecticut, Kansas, Utah, Delaware, Maryland, Vermont, DC, Mississippi, West Virginia, Florida, Nebraska, Wisconsin, Georgia, Ohio, Wyoming,Arkansas, New Mexico, Texas Below are acceptable forms of identification for identity proofing for access to Scott AFB if you do not have an Enhanced Driver's License: - United States Passport or Passport Card, not expired - Driver's License or other state photo ID card issued by DMV or equivalent, IAW REAL ID enforcement schedule - An ID card issued by Federal, State or local government agencies with the all the required REAL ID Act information - Personal Identification Verification (PIV) card issued by Federal Government - Veterans Health Identification Card issued by U.S. Department of Veterans Affairs - Interoperable (PIV-I) cards issued by No-Federal Government entities - Certificate of Naturalization/ Certificate of Citizenship (form N-550) - Permanent Resident Card/Alien Registration Receipt Card (Form I-551) - DHS "Trusted Traveler" Cards (Global Entry, NEXUS, SENTRI, FAST) - Border Crossing Card (Form DSP-150) - An employment authorization document that contains a photograph (Form I-766) - U.S. Coast Guard Merchant Mariner Cards Credentials - U.S. Permanent Resident Card (Form I-551) - U.S. Refugee travel document or other travel document or evidence of immigration status issued by DHS containing a photograph - A Foreign Government Issued Passport - US Military ID (including retirees and dependents) - Transportation Worker Identification Credential (TWIC) Please contact Pass and Registration at (618) 256-3020/ 2008 if you have any questions or need additional information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/FA4407-17-Q-2016/listing.html)
 
Place of Performance
Address: Bldg. 1805 & Bldg. 1807, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN04649850-W 20170830/170828231915-501be6ad2802a2cecea0c84d5bd6f148 (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.