Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOLICITATION NOTICE

45 -- Brand-Name Boiler for Little Rock AFB - Combo Documents

Notice Date
1/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332410 — Power Boiler and Heat Exchanger Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 19th Contracting Squadron, 642 Thomas Avenue, Bldg 642, Little Rock AFB, Arkansas, 72099-4971, United States
 
ZIP Code
72099-4971
 
Solicitation Number
F2S3CE8012AW001
 
Archive Date
2/10/2018
 
Point of Contact
Sean N. Witt, Phone: 5019878434, Steven Galioto, Phone: (501)987-8112
 
E-Mail Address
sean.witt@us.af.mil, steven.galioto@us.af.mil
(sean.witt@us.af.mil, steven.galioto@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PDF of the Brand-Name Justification letter for this requirement. PDF formatted document for editing and submission to POC. 19TH CONTRACTING SQUADRON LITTLE ROCK AFB, ARKANSAS Combined Synopsis / Solicitation for Patterson/Kelley model N3000MFD Modu-Fire Boiler  This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. GENERAL INFORMATION Solicitation Number: PR# F2S3CE8012A001 [ X ] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB) This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 Effective 06 November 2017; DPN 20171228 Effective 28 December 2017; and AFAC 2017-1003 Effective 03 October 2017. This acquisition is set-aside for small businesses only. Offers from large businesses will not be considered. North American Industry Classification Code (NAICS): 332410 Size standard: 750 EMP ITEMS TO BE PROVIDED/SERVICES TO BE PERFORMED All items are to be provided and all services are to be performed in strict accordance with the attached Statement of Work or Objectives. CLIN # DESCRIPTION QTY UNIT OF ISSUE UNIT PRICE TOTAL PRICE 0001 Patterson-Kelley model N3000MFD Boiler, 3000 MBH Input, 2547 MBH Output, 10 Exhaust Vent, 230V power, low water cutoff with manual reset, ASME relief valve set at 80 psi, Air intake filter, Air intake adapter, sealed combustion, Bacnet converter. 1 Each TOTAL Company Name: ______________________ Is your company currently registered in the System for Award Management (SAM) and active?  Yes  No CAGE Code: _____________ DUNS Number: _________________ Delivery Date (mandatory):_______________ Include Net Terms (mandatory): _______________ Business Size:  Small  Large  Women-Owned  Veteran-Owned Other ___________________ Warranty Information: Do you have access to Wide Area Workflow (WAWF)? check one  YES  NO (If no, see evaluation criteria)   The following factor(s) shall be used to evaluate offers, in order of importance: 1. Price 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. Offerors shall certify company information is accurate and current in the System for Award Management (SAM). RESPONSE DATE/TIME AND CONTACT INFORMATION Offers Due: 26 January 2018, 1:00 P.M. CST Contracting Point of Contact: Sean Witt, CC Steven Galioto Phone Number: 501-987-3691 Email: sean.witt@us.af.mil, CC steven.galioto@us.af.mil CLAUSES AND PROVISIONS PROVISIONS INCORPORATED BY REFERENCE 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998): This solicitation incorporates one or more solicitation provisions 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, 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 address:http://farsite.hill.af.mil. (End of Provision) Reference Description Date 52.204-7 System for Award Management Oct 2016 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 52.204-17 Ownership or Control of Offeror Jul 2016 52.212-1 Instructions to Offerors - Commercial Items Jan 2017 52.219-1 Small Business Program Representations Oct 2014 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations Jun 2015   CLAUSES INCORPORATED BY REFERENCE 52.252-2 - Clauses Incorporated by Reference (Feb 1998): This contract incorporates one or more 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. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (End of Clause) Reference Description Date 52.204-13 System for Award Management Maintenance Oct 2016 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Nov 2015 52.212-4 Contract Terms and Conditions - Commercial Items* Jan 2017 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Nov 2017 52.223-5 Pollution Prevention and Right-to-Know Information May 2011 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct 2016 252.225-7001 Buy American and Balance of Payments Program Dec 2017 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013 Additional applicable FAR clauses cited within FAR part 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 52.219-28 Post-Award Small Business Program Representations Jul 2013 52.222-3 Convict Labor Jun 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies Oct 2016 52.222-21 Prohibition of Segregated Facilities Apr 2015 52.222-26 Equal Opportunity Sep 2016 52.222-36 Equal Opportunity for Workers with Disabilities Jul 2014 52.222-50 Combating Trafficking in Persons Mar 2015 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul 2013   AFFARS CLAUSES AND PROVISIONS AFFARS 5352.201-9101, 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, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil. 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 BE SURE TO READ FAR 52.212-1, INSTRUCTIONS TO OFFERORS, AND FAR 52.212-2, EVALUATION FACTORS. IF GUIDELINES ARE NOT FOLLOWED AS SET FORTH IN 52.212-1 YOUR OFFER COULD BE CONSIDERED NON-RESPONSIVE. FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, AND VERIFICATION OF ORCA REGISTRATION MUST BE INCLUDED WITH YOUR OFFER.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/33f04cee4593900836837c598cff65f7)
 
Place of Performance
Address: Building 280, Little Rock AFB, Arkansas, 72099, United States
Zip Code: 72099
 
Record
SN04792859-W 20180120/180118231050-33f04cee4593900836837c598cff65f7 (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.