Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
SOLICITATION NOTICE

53 -- Kaba Mas Locks - 1. Statement of Work - 2. CLIN, Provisions and Clauses - 3. Reps and Certs

Notice Date
5/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA860118Q0093
 
Archive Date
6/8/2018
 
Point of Contact
Joshua L. Clymer, Phone: 9375224537
 
E-Mail Address
joshua.clymer@us.af.mil
(joshua.clymer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
3. Reps and Certs 2. CLIN, Provisions and Clauses 1. Statement of Work COMBINED SYNOPSIS/SOLICITATION This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for Kaba Mas Locks a s described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is 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 combined synopsis/solicitation; quotations are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror who submits a quote that: 1. Conforms to the requirements of the combined synopsis/solicitation. 2. Receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The combined synopsis/solicitation number for this requirement is FA8601-18-Q-0093 and is hereby issued as a Request for Quotation (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The associated North American Industrial Classification System (NAICS) code is 332510 with a small business size standard of 750 employees. This acquisition is set-aside 100% for Small Business Concerns and only qualified offerors may submit quotations. NAICS Code: 332510 - Hardware Manufacturing Small Business Size Standard: 750 Employees Set-Aside: This is a 100% Small Business Set-aside. The TEP consists of these Contract Line Items Number (CLIN), which should be structured as follows: CLIN 0001 - Kaba Mas X-10 Lock CLIN 0002 - Kaba Mas CDX-10 Lock Acceptable means of Submission: All submissions must be submitted electronically to the following email address joshua.clymer@us.af.mil by 24 May 2018 5:00 P.M. EST. Any correspondence sent via e-mail must contain the subject line " FA8601-18-Q-0093, Kaba Mas Locks". The entire quotation must be contained in a single e-mail, unless otherwise approved, and must not exceed 5 megabytes, including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-97, effective 24 Jan 2018; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20180514, effective 20 Apr 2018; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2017-1003, effective 03 Oct 2017. Submittal of quotations in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the quotations received. Delivery Schedule: 2 Weeks ADC Delivery Destination: AFRL RYO 2241 Avionics Circle Building 620, Area B WPAFB, OH 45433-7320 Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirement: The Air Force Research Laboratories requires brand name Kaba Mas Locks to replace older models. Kaba Mas Locks are to be provided in accordance with Statement of Work, which is located at Attachment 1. The anticipated award is Firm-Fixed-Price LPTA. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforms to the combined synopsis/solicitation and is most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers. The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN. 2. Point of contact's name, phone, and email. 3. Quotation number & date. 4. Timeframe that the quotation is valid. 5. Individual item price. 6. Total price (Net 30), No Progress Payments. 7. Delivery Schedule. 8. Completed copy of representations and certifications (attachment 2) Important Notice to Contractors: Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1). The Contracting Officer will review quotations based on the factors listed in this combined synopsis/solicitation and the information furnished by the Offeror. Before price is considered, the quotation must meet the technical specifications of this combined synopsis/solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow - Receipt and Acceptance (WAWF - RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. FAR 52.212-1, Instruction to Offerors-Commercial Items applies to this acquisition including any addenda to the provision FAR 52.212-2, Evaluation -Commercial Items has been tailored to this procurement and is provided as an attachment to this solicitation FAR 52.212-3, Offeror Representations and Certifications -Commercial Items is incorporated into this solicitation and each offeror shall ensure inclusion in their response or updated representations and certificates are at www.sam.gov FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition including any addenda to the clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition tailed to this acquisition as tailored in the clause. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: (a) North American Industry Classification System (NAICS) code and small business size standard are as specified above (b) Submission of offers is as prescribed in the text of this synopsitation Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Length of the proposal shall not exceed ten (10) typed pages. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide for the Kaba Mas Locks as described in the SOW. CLIN 0001 & CLIN 0002 and Provisions and Clauses can be found in Attachment 2. Reps and Certs to be filled out, signed, and returned can be found in Attachment 3. Attachments: •1. Statement of Work •2. CLIN, Provisions and Clauses •3. Reps and Certs Please direct all questions to Joshua Clymer, joshua.clymer@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA860118Q0093/listing.html)
 
Record
SN04926544-W 20180519/180517231026-15c537036f169d82e3457695dd855769 (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.