Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

72 -- ATC Tower Sunshades - Tower Cab Window Measurements

Notice Date
7/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
337920 — Blind and Shade Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA483018Q0071
 
Archive Date
7/25/2018
 
Point of Contact
Gabriel A. Robison, Phone: 2292572084, Dustin C. Peek, Phone: 229-257-3947
 
E-Mail Address
gabriel.robison@us.af.mil, dustin.peek@us.af.mil
(gabriel.robison@us.af.mil, dustin.peek@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Tower Cab Window Measurements GENERAL STATMENT: This is a combined synopsis/solicitation for commercial items issued by the 23d Contracting Squadron, Moody AFB, Georgia. This announcement constitutes the only solicitation being issued for the requirement described herein. SOLICITATION INFORMATION Solicitation Number: FA483018Q0071 [X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB) REGULATION IDENTIFICATION: This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 Effective 06 November 2017. NOTICE OF SMALL BUSINESS SET-ASIDE: Set-aside Type Total SB NAICS/Size Standard 337920/1,000 EMP LISTING/DESCRIPTION OF ITEMS: CLIN #DESCRIPTIONQTYUNIT 0001Air Traffic Control Window Shades - Window Shades - 48"x50.5"x60.5"x49" - 12 each - Window Shades - 48"x63"x63"x48" - 6 each - Window Shades - 72"x63"x63"x72" - 6 each - Window Shades - 72"x60.5"50.5"x72.75" - 12 each - Pull String system - Roller Assembly and Housing - Installation (Including all hardware)1LO Questions on this requirement due by COB 28 June 2018. DELIVERY INFORMATION: FOB: [X] Destination [ ] Origin Place of Delivery: Moody AFB Requested Date of Delivery: 22 July 2018 INSTRUCTIONS TO OFFERORS: The provision at FAR 52.212-1, Instructions to Offerors - Commercial (Jan 2017), applies to this acquisition. Addenda: N/A EVALUATION OF OFFERS: The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), will be used to evaluate quotes received. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (1) Price (2) Technical Acceptability (a) In order for this quote to be considered "Technically Acceptable" it must meet: (i) all specification requirements in Item Description (ii) comply with all specifications IAW AFI 13-204V3 8.23 The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it's determined to be in the best interests of the Government. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), with your quote. -If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote. -If offeror has not completed annual representations and certifications in SAM then paragraphs (c-u) need to be submitted. CONTRACT TERMS & CONDITIONS: The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. Addenda: N/A REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS: The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Nov 2017), applies to this acquisition. The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition: Clause NumberClause Title FAR 52.219-6 Notice of Total Small Business Set Aside 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 52.222-50Combating Trafficking in Persons FAR 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1Buy American--Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33Payment by Electronic Funds Transfer- System for Award Management ADDIDTIONAL CONTRACT REQUIREMENTS: (1) Offeror shall include all warranty requirements and documentation with quote. (2) Offerors shall identify how long the quote is valid for. Additional provisions and clauses applicable to this requirement: TypeNumberTitle ClauseFAR 52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements ProvisionFAR 52.204-7System for Award Management ClauseFAR 52.204-13System for Award Management Maintenance ClauseFAR 52.232-39Unenforceability of Unauthorized Obligations ClauseFAR 52.232-40Providing Accelerated payments to Small Business Subcontractors ClauseFAR 52.246-16Responsibility for Supplies ClauseFAR 52.247-34F.O.B. Destination ProvisionFAR 52.252-1Solicitation Provisions Incorporated by Reference (Fill-in Text) - http://farsite.hill.af.mil ClauseFAR 52.252-2Clauses Incorporated by Reference (Fill-in Text) - http://farsite.hill.af.mil ClauseDFARS 252.203-7000Requirements Relating to Compensation of Former DoD Officials ClauseDFARS 252.203-7002Requirement to Inform Employees of Whistleblower Rights ProvisionDFARS 252.203-7005Representation Relating to Compensation of Former DoD Officials ClauseDFARS 252.204-7003Control of Government Personnel Work Product ProvisionDFARS 252.204-7004, Alt A,System for Award Management Alternate A ProvisionDFARS 252.204-7011Alternative Line Item Structure ClauseDFARS 252.204-7015Notice of Authorized Disclosure of Information for Litigation Support ClauseDFARS 252.211-7003Item Unique Identification and Valuation ClauseDFARS 252.211-7007Reporting of Government-Furnished Property ***(If GFP is included in the contract and 52.245-1 is included)*** ClauseDFARS 252.223-7008Prohibition of Hexavalent Chromium ClauseDFARS 252.225-7001Buy American and Balance of Payments Program ClauseDFARS 252.225-7002Qualifying Country Sources as Subcontractors ClauseDFARS 252.225-7048Export-Controlled Items ClauseDFARS 252.232-7003Electronic Submission of Payment Requests ClauseDFARS 252.232-7006Wide Area Workflow Payment Instructions ClauseDFARS 252.232-7010Levies on Contract Payments ClauseDFARS 252.243-7001Pricing of Contract Modifications ClauseDFARS 252.244-7000Subcontracts for Commercial Items ClauseAFFARS 5352.201-9101Ombudsman (Fill-in Text) - Lt Col Aaron D. Judge OL KC AFICA 129 Thompson St., Bldg 586, Rm 129 Langley AFB, VA 23665-2769 Phone Number: 757-764-5372, Fax: 757-764-4400 E-mail: aaron.judge@us.af.mil DPAS APPLICABILITY: This requirement is not applicable to the Defense Priorities and Allocations System (DPAS). SOLICITATION CLOSING INFORMATION: Quotes are due by: 13 July 2018, @ 1:00 PM EST. Quotes must be received by the closing date stated above. Submit quotes by email. POINT OF CONTACT: The point of contact for this acquisition for any questions and for submission of quotes is: A1C Gabriel Robison Contracting Specialist 229-257-2084 Gabriel.robison@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA483018Q0071/listing.html)
 
Place of Performance
Address: Moody AFB, Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN04986844-W 20180713/180711230943-6f71358e73f497bb7bc9abc069235753 (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.