Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
SOLICITATION NOTICE

49 -- Wheel Washer - Statement of Work

Notice Date
8/15/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street, Bldg 449, March ARB, California, 92518-1650, United States
 
ZIP Code
92518-1650
 
Solicitation Number
FA46648219A001
 
Point of Contact
Carlo Aban, Phone: 9516555298, Norman MacRunnel, Phone: 951-655-5758
 
E-Mail Address
carlo.aban@us.af.mil, norman.macrunnel@us.af.mil
(carlo.aban@us.af.mil, norman.macrunnel@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications Requirement for Wheel Washer Statement of Work This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR 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 Number FA46648219A001 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, effective 15 Jun 2018 and the Defense Federal Acquisition Regulations (DFARS) change notice 20180601. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued on a 100% small business set-aside acquisition. The applicable North American Industrial Classification System (NAICS) Code is 333318 with a small business size standard of 1000 Size Standard. The contractor shall furnish all labor, materials, equipment, transportation necessary to purchase Wheel Washer Machines that are necessary to the operation of the 452 AMW March Air Reserve Base that meet the specification as stated in the Statement of Work (SOW), which is attached to this notice, and shall become a part of the resulting contract. This requirement is a Firm Fixed-Price (FFP) Contract. The period of performance will be for a period of 24 weeks from the contract award date and will be awarded to the responsible offeror whose quote conforms to the solicitation and considered to be the most advantageous to the Government pursuant to FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Non-compliance with the specific instructions will preclude your submitted quote for consideration. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the quotes: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. The following is required to be submitted for an offer to be determined and rated technically acceptable: MUST submit a CAPABILITY STATEMENT written on company letterhead with company address, point of contact, telephone number, company DUNS number and CAGE code. The capability statement must address in detail how they can meet the requirements of, and without taking any exception to the Statement of Work (SOW). The absence of any of the capability statement will AUTOMATICALLY DISQUALIFY any offer for further consideration. Price evaluation shall be based on the lowest reasonable offered price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes as each offeror's quoted price will be evaluated for reasonableness. Offers must include offered price to meet the full requirement of the Statement of Work (SOW). The following solicitation provisions and clauses apply: FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2017), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009), FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items Alternate I (Oct 2014) at www.sam.gov. The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017) applies to this acquisition and is addended to add the following FAR Provision: 52.204-7, System for Award Management (Oct 2016). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) (Jul 2018), applies to this acquisition, and specifically the following FAR clauses under paragraph (b)& (c) are applicable: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011); FAR 52.219-28, Post-Award Small Business Program Representation (Jul 2013); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-50, Combating Trafficking in Persons (Mar 2015); FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving (Aug 2011); FAR 52.225-1, Buy American Act-Supplies (May2014); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013); FAR 52.222-41, Service Contract Labor Standards (May 2014); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014); FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015); and FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017); 52.232.40, Providing Accelerated Payments to Small business Subcontractor (Dec 2013); FAR 52.252-2, Clause Incorporated by Reference (Feb 1998); 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 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992); DFARS 252.204-7006, Billings Instructions (Oct 2005); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.243-7001, Pricing of Contract Modifications (Dec 1991); DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DOD Contracts (Jun 2013) and AFFARS 5352.201-9101, Ombudsman (Apr 2010). ADDITIONAL INFORMATION: To be considered for this award, Offerors MUST be registered in the System for Award Management (SAM) at www.sam.gov and Wide-Area Work Flow (WAWF) at http://wawf.eb.mil prior to award. Lack of registration will make an offeror INELIGIBLE for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Evaluation of quotes may be made without discussions with the offerror(s). It is the responsibility of each potential offeror to periodically check FedBizOpps ( www.fbo.gov ) to obtain any related amendments to this solicitation. I t is also the offerors' responsibility to be familiar with the applicable clauses and provisions that apply to this acquisition. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Due to the nature of the requirement, the Government reserves the right to do business directly with the contractor who will be providing the services. NO THIRD-PARTY vendor and/or subcontractor will be allowed and considered. DEADLINE for submission of all quotes shall be no later than 3:00 PM PST on 14 Sep 2018. Submit written quotes; oral quotes and faxes will not be accepted. Quotes may be submitted via e-mail to carlo.aban@us.af.mil, and norman.macrunnel@us.af.mil (subject: FA46648219A001 ) to be received on or before the stated deadline. Quotes must meet all instructions put forth in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/452LSSLGC/FA46648219A001/listing.html)
 
Place of Performance
Address: 452 Maintenance Squadron Bldg 2303, March ARB, California, 92518, United States
Zip Code: 92518
 
Record
SN05039328-W 20180817/180815231609-00703dc1f82a4f1c5d553feb292c1098 (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.