Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
MODIFICATION

23 -- Trailers Lease

Notice Date
11/27/2017
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-18-L-B001
 
Archive Date
12/16/2017
 
Point of Contact
Ashley L. Priestley, Phone: 6612726723, John F. Wagner, Phone: (661) 272-6645
 
E-Mail Address
ashley.priestley@us.af.mil, john.wagner.15@us.af.mil
(ashley.priestley@us.af.mil, john.wagner.15@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is a 100% Small Business Set-Aside Acquisition. Solicitation is FA9301-18-L-B001 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This is a request for quote (RFQ). This solicitation uses the simplified acquisition procedures contained in Part 13.5. All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. This acquisition is a 100% Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (effective 19 Jan 2017) and DFARs Change Notice (DPN) 20161222 (effective 22 Dec 2016), AFAC 2017-0127 (effective 27 Jan 2017). The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the best value to the Government. NAICS is 332311, Prefabricated Metal Building and Component Manufacturing with a small business size standard of 750 employees. FSC code is 2330. The Air Force Test Center (AFTC), Directorate of Contracting, Edwards AFB, CA is seeking potential sources capable of providing the requirement identified in the next paragraph. This is an "All or None" acquisition, incomplete quotes will not be considered. Quotes shall state delivery time as estimated from after receipt of order (ARO). Requirement: The contractor shall furnish all tools, labor, and management necessary for the lease, set-up, maintenance, and removal of 13 trailers to include; one (1) ½ length trailer, two (2) single-wide modular trailers, five (5) double-wide modular trailers, three (3) triple-wide modular trailers and two (2) quadruple-wide modular trailers to support the Army Gray Eagle Test Program located at Air Force Plant 42 in Palmdale, California, in accordance with Attachment 1, Statement of Work, dated 19 October 2017. Installation must begin within seven days after award (which is expected by 01 December 2017) and be completed 29 December 2017. Please price quotes accordingly. No site visit will be held for this requirement. All questions must be submitted via email to ashley.priestley@us.af.mil and john.wagner.15@us.af.mil no later than Wednesday, 15 November 2017 at 12:00 p.m. (PST). Answers to all questions will be posted to www.fbo.gov no later than Friday, 17 November 2017 at 12:00 p.m. (PST). Evaluation of Offers: The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). Award will be made to the offer that represents the best value to the Government to include price and delivery terms. Interested parties who believe they can meet all of the requirements for the items described in this combined synopsis/solicitation are invited to submit a complete quote including delivery FOB destination to and from Air Force Plant 42, Palmdale, California 93550. Offerors are required to submit with their quote with enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation. Please use Attachment 2, Bid Schedule as your price quote. 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. Submission of quotes: All quotes are to be sent via email to ashley.priestley@us.af.mil and john.wagner.15@us.af.mil no later than Monday, 27 November 2017 at 4:00 p.m. (PST). NOTE: The date for submission of quotes has been extended to 4:00 p.m. on Friday, 1 December 2017. Clauses and Provisions: This solicitation incorporates one or more solicitation provisions and 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. 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/clauses, 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/these address(es): http://farsite.hill.af.mil/ The following FAR provisions and clauses apply to this acquisition: 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Governement 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Prohibition on Contracting with Inverted Corporations 52.204-18 52.204-18 Commercial and Government Entity Code Maintenance 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors-Commercial, applies to this acquisition 52.212-2 Evaluation -- Commercial Items 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 (ALT I) Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 (DEVIATION) Contract Terms and Conditions Required to Implement Statutes 52.217-9 Option to Extend the Term of the Contract 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-37 Employment Reports for Verterans 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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes- Fixed Price 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following DFARS clauses apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American --Balance of Payments Program Certificate 252.225-7001 Buy American Act (Nov 2014) 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts of Commercial Items 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7023 Transportation of Supplies by Sea The following AFFARS clauses apply to this acquisition: 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installation 5352.242-9000 Contractor Access to Air Force Installation PLEASE NOTE: The date for submission of quotes has been extended to 1 Dec 2017, 4:00 p.m. Pacific.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-18-L-B001/listing.html)
 
Place of Performance
Address: Air Force Plant 42, 2503 East Avenue P, Palmdale, California, 93550, United States
Zip Code: 93550
 
Record
SN04748790-W 20171129/171127230640-575c8a21c6ff6d584b85f51bc6346da8 (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.