SOLICITATION NOTICE
35 -- AGE Industrial Vending - Salient Characteristics
- Notice Date
- 4/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
- ZIP Code
- 65305
- Solicitation Number
- FA462518Q0029
- Archive Date
- 10/26/2018
- Point of Contact
- Kyle A Jones, Phone: 6606875434, Kristy Svendsen, Phone: 660-687-5395
- E-Mail Address
-
kyle.jones.24@us.af.mil, 509cons.sollgcb@us.af.mil
(kyle.jones.24@us.af.mil, 509cons.sollgcb@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AGE Industrial Venting Salient Characteristics Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 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; quotes are being requested and a written solicitation will not be issued. Solicitation FA4625-18-Q-0029 is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, Defense Acquisition Circular 20171228 and Air Force Acquisition Circular 2017-1003. This procurement is Full and Open Competition. The applicable North American Industry Classification System (NAICS) Code is 333318. The Small Business Size Standard is 1,000 employees. Paper copies of the RFQ will not be made available. Proposals can be e-mailed to the following e-mail address: 509cons.sollgcb@us.af.mil and kyle.jones.24@us.af.mil to the attention of SSgt Kyle Jones. E-mailed quotes using file compression, such as.zip, will not be accepted. NOTE: Quotes must be received by Apr 27th, 2018, 2:00 PM CST in order to be considered for award; late quotes will not be considered for award. Prospective offerors must be registered and active in the System for Award Management (SAM) (www.sam.gov) by the closing date of this solicitation in order to be eligible for award. All responsible sources may submit a quote which, if timely received, will be considered by this agency. Evaluation for this acquisition shall be based on the lowest price offeror who meets the salient characteristics. Offerors submitting "or equal" items shall provide manufacturer data supporting "or equal" claim. A site visit will not be provided. Attachments: 1. Salient Characteristics Please complete the following table and submit your quote by 27 Apr 2018, 2:00 PM CST. A company form/e-mail can be used, please ensure it includes the information in the table below. Item Qty Unit Total RoboCrib Tambour TX750 (carousel w/touch screen, to 987 bins) P/N: 776-750-PL (or equal) 1 Each AutoCrib client/server PC license (2 users, up to 5 conns) P/N: 710-105 (or equal) 1 Each Management Station w/Master Backup P/N: 750-550-SL (or equal) 1 Each FX AutoLocker FX (Custom Configuration w/72 Modular Doors) Various P/Ns (or equal) 1 Each 5 Year DoD Warranty (Parts and Support) Warranty 1 Each Setup, Install and Training 1 Each Freight FOB Destination - Whiteman AFB, MO 65305 1 Each Total The following FAR, DFARS and AFFARS Clauses and Provisions apply to this acquisition: 52.204-7 System for Award Management Registration 52.204-13 System for Award Management (SAM) Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17Ownership or Control of Offeror. 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-20 Predecessor of Offeror 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors -- Commercial Items 52.212-2 Evaluation Commercial Items: 52.212-3 Offerors Representations and Certifications-Commercial Items, Alternate I 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract terms and Conditions - Required to Implement Statutes or Executive Orders - 52.219-6 Notice of Total Small business Set-Aside 52.219-13 Notice of Set-Aside of Orders 52.219-28 Post Award Small Business Program Representation Commercial Items 52.204-10 Reporting Executive Compensation and first-Tier Subcontract Awards 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Handicapped Workers; 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; 52.232-1 Payments 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Representation Relating to Compensation of Former DoD officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Identification & Evaulation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Instructions (Instructions will be incorporated at award) 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.246-7003 Notification of Potential Safety Issues 5352.201-9101 Ombudsman Clause 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor access to Air
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/643f3e40e4dbc8ffe57033d1db61755f)
- Place of Performance
- Address: Whiteman AFB, Knob Noster, Missouri, 65305, United States
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN04889573-W 20180415/180413230925-643f3e40e4dbc8ffe57033d1db61755f (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 |