Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

78 -- GYM EQUIPMENT REPAIR - FA4801-18-Q-1095

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Building 29 Suite 2111, Holloman AFB, New Mexico, 88330-7908, United States
 
ZIP Code
88330-7908
 
Solicitation Number
FA4801-18-Q-1095
 
Archive Date
9/8/2018
 
Point of Contact
Angela L Fleming, A1C, USAF, Phone: 5755720106, Kevin Bowers, Phone: 5755727826
 
E-Mail Address
angela.fleming.1@us.af.mil, Kevin.Bowers.3@us.af.mil
(angela.fleming.1@us.af.mil, Kevin.Bowers.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
WAGE DETERMINATION INVENTORY OF NEEDED REPAIRS PERFORMANCE WORK STATEMENT (PWS) OFFICIAL SOLICITATION WITH PROVISIONS AND CLAUSES 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. The solicitation FA4801-18-Q-1095 is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is a total small business set aside. The anticipated award will be a firm-fixed-price contract, the award will be made based on the lowest priced, technically acceptable offer received. The North American Industry Classification System (NAICS) code is 339920. The small business size standard for this code is 750 EMP. CLIN 0001 FSS Fitness Center Equipment Repairs(IAW PWS, Repair Inventory List, AND Wage Determination) Qty 1 ea All items shall be delivered FOB Destination to Holloman AFB, NM 88330. Please attach warranty information (if any) to the proposal. PROVISIONS/CLAUSES: The following FAR provisions and clauses are applicable to this solicitation: The provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Jan 2017) applies to this acquisition. The following addenda are provided to this provision: Quotes submitted shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, Expected Delivery Date, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. PROVISIONS/CLAUSES: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, 16 July 2018. The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The following FAR provisions and clauses are applicable to this solicitation: Objective: Invitation to quote price for commercial items. The 49th Contracting Squadron is interested in possibly purchasing commercial items from your company. Please quote your unit price together with your discount for volume purchasing. You MUST also indicate: -Delivery time from receipt of our purchase order to receipt of your shipment; this time frame will be a condition of any purchase order made. -If delivery costs are not included in your quote please state clearly otherwise we will assume they are included and cost will not be added to contract. Send all warranty documents along with the offer. PROVISIONS/CLAUSES: The following FAR provisions and clauses are applicable to this solicitation: The provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Jan 2017) applies to this acquisition. The following addenda are provided to this provision: Quotes submitted shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, Expected Delivery Date, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.203-6 Alt I, Restrictions On Subcontractor Sales To The Government (Jul 1995) -- Alternate I FAR 52.203-11, Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions (Sep 2007) FAR 52.203-12, Limitation on Payments to Influence Certain Federal Trans (Oct 2010) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.204-7, System for Award Management (Oct 2016)* FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR 52.204-14, Service Contract Reporting Requirements (Oct 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting; (Jul 2016)* FAR 52.204-18, Commercial and Government Entity Code Maintenance; (Jul 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017)* FAR 52.212-3, Offerors Representations and Certifications-Commercial Items (Aug 2013)* FAR 52.212-4, Contract terms and conditions-Commercial Items (Jan 2017) FAR 52.212-5, (Dev) Contract terms and Conditions required to implement statutes or executive orders- Commercial Items (Nov 2017) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8, Utilization of Small Business Concerns (Nov 2016) FAR 52.219-14, Limitations on Subcontracting (Jan 2017) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) FAR 52.223-10, Waste Reduction Program (May 2011) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.223-19, Compliance With Environmental Management Systems (May 2011) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.227-1, Authorization and Consent (Dec 2007) FAR 52.228-5, Insurance -- Work on a Government Installation (Jan 1997) FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-1, Site Visit (Apr 1984) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.242-13, Bankruptcy (Jul 1995) FAR 52.245-1, Government Property (Jan 2017) The following DFARS provisions and clauses are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; (Sep 2011) DFARS 252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) DFARS 252.203-7003, Agency Office of the Inspector General; (Sep 2012) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; (Nov 2011)* DFARS 252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) DFARS 252.204-7011, Alternative Line Item Structure (Sep 2011)* DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; (Oct 2016) DFARS 252.204-7015, NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) DFARS 252.209-7004, SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (OCT 2015) DFARS 252.211-7003, Item Unique Identification and Valuation, Small Business Subcontracting Plan (DoD Contracts); (Mar 2016) DFARS 252.223-7006, PROHIBITION ON STORAGE, TREATMENT, AND DISPOSAL OF TOXIC OR HAZARDOUS MATERIALS-BASIC (SEP 2014) DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate (Nov 2014)* DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; (Dec 2016) DFARS 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) DFARS 252.225-7048, EXPORT CONTROLLED ITEMS (JUNE 2013) DFARS 252.226-7001, UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (SEP 2004) DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; (Jun 2012) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; (May 2013) DFARS 252.232-7010, Levies on Contract Payments; (Dec 2006) DFARS 252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991) DFARS 252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) DFARS 252.244-7000, Subcontracts for Commercial Items; (Jun 2013) DFARS 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA-BASIC (APR 2014) The following AFFARS provisions and clauses are applicable to this solicitation: AFFARS 5332.703-2 Contracts Conditioned Upon Availability of Funds (Oct 2017) Full text provisions and clauses applicable to this solicitation: FAR 52.233-4, Applicable Law For Breach Of Contract Claim (OCT 2004) United States law will apply to resolve any claim of breach of this contract. (End of Clause) DFARS 252.232-7006, WAWF Payment Instructions (May 2013) a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWFData to be entered in WAWF Pay Official DoDAACF87700 Issue By DoDAACFA4801 Admin DoDAACFA4801 Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant backup documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Receiver/COR: N/A Buyer: ANGELA L FLEMING, A1C, USAF, Angela.fleming.1@us.af.mil Contracting Officer: KEVIN F BOWERS, SSgt, USAF, kevin.bowers.3@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. See Buyer Above__ (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) DFARS 252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013) (a) Definitions. As used in this clause- "Detainee" means any person captured, detained, held, or otherwise under the effective control of DoD personnel (military or civilian) in connection with hostilities. This includes, but is not limited to, enemy prisoners of war, civilian internees, and retained personnel. This does not include DoD personnel or DoD contractor personnel being held for law enforcement purposes. "Interrogation of detainees" means a systematic process of formally and officially questioning a detainee for the purpose of obtaining reliable information to satisfy foreign intelligence collection requirements. (b) Contractor personnel shall not interrogate detainees. (c) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (c), in all subcontracts, including subcontracts for commercial items, that may requiresubcontractor personnel to interact with detainees in the course of their duties. (End of clause) 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: Lieutenant Colonel Aaron D. Judge 114 Thompson Street, Building 586, Room 129 Langley AFB, VA 23665 Phone: 757-764-5372 Email: aaron.judge@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. (End of clause) AFFARS 52.223-9001, HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) *Annotates Provision All price quotations must be firm and state any expiration dates if applicable. This document and any applicable attachments must be returned to Government Point of Contact by email. Please sign the below as confirmation of your understanding of the terms and conditions outlined. Name: Title: Phone: Email: Date: CAGE:DUNS: Signature: Points Of Contact Contract Administrator: ANGELA L FLEMING, A1C, USAF Telephone: (575) 572-0106 Email: angela.fleming.1@us.af.mil Contracting officer: KEVIN F BOWERS, SSgt, USAF Telephone: (575) 572-5294 Email: kevin.bowers.3@us.af.mil   IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. Questions in regards to this solicitation are due no later than 1200 (12:00 p.m.) Mountain Standard Time by 20 August 2018. Response Time- Request for Quotation will be accepted at the 49th Contracting Squadron, 490 First St. Ste. 2111, Holloman AFB, NM 88330 or by email to both point of contacts listed above not later than 1200 (12:00 p.m.) Mountain Standard Time on 24 August 2018. All quotes must be marked with RFQ number and title as well as the following information: CAGE Code/ DUNS can be found by contacting the Small Business Administration at www.sba.gov or System for Award Management at www.sam.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/FA4801-18-Q-1095/listing.html)
 
Place of Performance
Address: HOLLOMAN AFB, HOLLOMAN AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN04996578-W 20180720/180718230837-ecc673fffabb45d59fb17d7c5c7f50e3 (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.