Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2017 FBO #5775
SOLICITATION NOTICE

83 -- Field Tents - J&A: Brand Name

Notice Date
9/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624221 — Temporary Shelters
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5109, United States
 
ZIP Code
88103-5109
 
Solicitation Number
FA4855-17-Q-0005
 
Archive Date
10/5/2017
 
Point of Contact
Santiago Duque-Ayala, Phone: 5757844850, David Valenzuela, Phone: 575-784-6090
 
E-Mail Address
santiago.duque_ayala.2@us.af.mil, davis.valenzuela@us.af.mil
(santiago.duque_ayala.2@us.af.mil, davis.valenzuela@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
J&A: Brand Name (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), 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. (ii) This is a Request for Quotation (RFQ), solicitation number FA4855-17-Q-0005. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 and Defense Change Notice 20161222. (iv) This acquisition is unrestricted. The NAICS code is 624221 and the Small Business Size Standard for this NAICS code is $11M. (v) Field Tents must be UTS Systems, LLC brand only in accordance with attached brand name justification. CLIN 0001: UTM TM60 2-door Shelter System. Desert Tan, Frame, Fabric, Side Arches, Thermal Fly, Stake Kit, High Wind (Qty 5) Part #: UTM60AU1-DT CLIN 0002: Wooden Crates (Qty 5) Part #: WCRATC-ATC CLIN 0003: Four Light Kit. General Purpose with case (Qty 5) Part #: UT-31-MC-5004MS CLIN 0004: Shelter Power Distribution Box. 1-30A Main Breaker. 2-20A Breakers. 2-20A Female TwisLock output cables controlled by circuit breakers. 1-20A Female TwistLock output cable for lights. 1-30A Male TwistLock input cable. (Qty 5) Part #: UTS-SPDB-1 CLIN 0005: Shipping (vi) Delivery shall be F.O.B. Destination to: 27 SOAOS Melrose Air Force Range 3771 Sun Dale Valley Rd Floyd, NM 88118 Service Period Duration: 60 Days (If 60 Day ARO delivery and install cannot be met, please provide alternative timeline.) (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following is included as an addendum to 52.212-1: All quotes must contain unit and extended prices from the CLINS listed in paragraph v of this RFQ. Multiple awards are not anticipated, but the Government reserves the right to consider multiple awards during evaluation. Proposals containing additional CLINS outside CLINS listed in paragraph v will be considered nonresponsive and not considered for award. If additional items are proposed, offerors must include those items as a part of the CLINS provided. All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. Past performance information is not required for submission. The following provisions also apply: FAR 52.252-1, Solicitation Provisions Incorporated by Reference: full text provisions can be found at http://farsite.hill.af.mil DFARS 252.204-7004 Alternate A, System for Award Management. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation DFARS 252.203-7994 Prohibition on Contracting with Entities that Require Certain Confidentiality Agreements-Representation DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.225-7000 Buy American-Balance of Payment Program Certificate DFARS 252.215-7007 Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offer (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror with acceptable past performance. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: Price Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products are brand name only NetApp warranties and support agreements. Past performance: Past performance will be evaluated on an acceptable/unacceptable basis using information found in Government wide data collection systems such as the Past Performance Information Retrieval System (PPIRS) and Federal Awardee Performance and Integrity Information System (FAPIIS) in accordance with FAR 9.105-1(c) and FAR 13.106-2(b)(3). All offers will be ranked according to the total evaluated price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place. The lowest priced technically acceptable offer will then be evaluated for past performance. If the lowest priced technically acceptable offeror has acceptable past performance, further evaluation of remaining quotes will not take place. This evaluation process will continue until a technically acceptable offer with acceptable past performance is identified. *All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, 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) (x) All offerors must complete and submit the provision at FAR 52.212-3 Offeror Representations and Certifications --Commercial Items, or its electronic equivalent. All offerors must complete the following provision and include it with any quotes submitted: BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American and Balance of Payments Program-Basic clause of this solicitation. Evaluation. The Government- Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. Certifications and identification of country of origin. For all line items subject to the Buy American and Balance of Payments Program Basic clause of this solicitation, the offeror certifies that- Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item NumberCountry of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item NumberCountry of Origin (If known) Submitted and Certified, (xi) The clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government Alt I, FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters, FAR 52.219-Limitations on Subcontracting, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging with Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management, FAR 52.247-64, Preference for Privately Owned U.S-Flag Commercial Vessels (xiii) The following terms and conditions also apply: FAR 52.246-17 Warranty of Supplies of a Noncomplex Nature ALT III FAR 52.252-2 Clauses Incorporated by Reference: full text clauses can be found at http://farsite.hill.af.mil FAR 52.253-1 Computer Generated Forms DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7003 Agency Office of the Inspector General DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American- Balance of Payment Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7021 Trade Agreements DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7006 Wide Area Workflow Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea AFFARS 5352.201-9101 Ombudsman: Local POC and contact information will be provided upon request. AFFARS 5352.242-9000 Contractor Access to Air Force Installations (xiii) Quotes must be signed, dated and submitted by 20 September 2017, 1400hrs, Mountain Standard Time. All quotes for commercial items MUST be submitted with a Buy American Certificate in accordance with DFARS 252.225-7000. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). It is the offeror's responsibility to confirm receipt of timely quotes. The Government reserves the right to consider late quotes. The Government accepts no responsibility if quotes are not considered due to email rejections or emails not going through to the POCs. Failure to email both POC's may result in an unsuccessful offer. Primary: Lt Santiago Duque-Ayala - santiago.duque_ayala.2@us.af.mil Alternate: Amn Elias Campos - elias.campos.1@us.af.mil For further inquiries, please email the POC's listed above or the Contracting Officer, SSgt David Valenzuela - david.valenzuela@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/27CONS/FA4855-17-Q-0005/listing.html)
 
Place of Performance
Address: Melrose Air Force Range, 3771 Sun Dale Valley Rd, Floyd, New Mexico, 88118, United States
Zip Code: 88118
 
Record
SN04674767-W 20170915/170913231433-a276bb6621945210ffe90e9b0002248b (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.