Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

39 -- 50,000# and 40,000# Yard ramps

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
110 W. Ent St., Fairchild AFB, WA 99011
 
ZIP Code
99011
 
Solicitation Number
18QA091
 
Response Due
9/17/2018
 
Archive Date
3/16/2019
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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. The solicitation number is 18QA091 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 333924 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-09-17 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FAIRCHILD AFB, WA 99011 The USAF AMC 92 CONS requires the following items, Meet or Exceed, to the following: LI 001: Delivery of a 50,000 portable multi-section yard ramp in accordance with Attachment 2 Salient Characteristics FFP FOB: Destination, 1, EA; LI 002: Delivery of a 40,000 portable multi-section yard ramp in accordance with Attachment 2 Salient Characteristics FFP FOB: Destination, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USAF AMC 92 CONS intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USAF AMC 92 CONS is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. QUOTES are to be submitted on FedBid ONLY or they will not be accepted. Submitted Quotes will be valid for 45 days after the auction closing. New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. The associated North American Industrial Classification System (NAICS) code for this procurement is 333924 with a small business size standard of 750 Employees. The Unit Small Business Specialist is Mr. Michael Gilbert, (509)247-4880. Shipping is FOB Destination CONUS (Continental U.S.). Upon Award and satisfactory performance, payment will be made through Wide Area Workflow (WAWF) The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2005-101, Defense Federal Acquisition Supplement Change Notice (DPN) 20180629, and Air Force Acquisition Circular (AFAC) 2018-0525. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications Clauses and provisions can be viewed by accessing website http://farsite.hill.af.mil/vffara.htm and https://www.acquisition.gov/. FAR provision 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition to include the following addenda: All Offerors are cautioned that if selected for award, they must be registered with the System for Award Management (SAM). The SAM can be accessed via the internet at www.sam.gov/. Confirmation of SAM registration will be validated prior to awarding a contract. The Government anticipates awarding a single contract on or before 30 September 2018. 52.252-1 This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ https://www.acquisition.gov/ (End of provision) 52.204-7, System for Awards Management (OCT 2016) 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017) 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2017) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ https://www.acquisition.gov/ (End of clause) 52.204-8, Commercial and Government Entity Code Maintenance (JUL 2016) 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7048, Export-Controlled Items (JUN 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006, Wide Area Workflow Payment Instructions (JUN 2012) f(1) Invoice and Receiving Report (COMBO) f(2) Government f(3) Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4620 Admin DoDAAC FA4620 Ship To Code F1X3LR (f)(5)nicholas.sutherland.1@us.af.mil (f)(6)rrodin@greaterspokane.org 252.232-7010, Levies on Contract Payments (DEC 2006) 5352.201-9101, Ombudsman (JUN 2016) (c)Mrs. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 6225-5022, 618-229-0267, fax, 618-256-6668, email: susan.madison@us.af.mil 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012) 5352.223-9001, Health and Safety On Government Installations (NOV 2012) 5352.242-9000, Contractor Access To Air Force Installations (NOV 2012) Solicitation provisions incorporated by full text are as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered IAW accordance with DFARS 213.106-2. The following factors shall be used to evaluate offers: (ii) PRICE (iii) PAST PERFORMANCE (b) The Supplier Performance Risk System (SPRS) application (https://www.ppirssrng.csd.disa.mil/) will be used in the evaluation of suppliers past performance in accordance with DFARS 213.106-2(b)(i). The quality and delivery classifications identified for a supplier in SPRS will be used by the contracting officer to evaluate a supplier s past performance. In the case of a supplier without a record of relevant past performance history in SPRS for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of 4offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. PERFORMANCE RISK SYSTEM IN PAST PERFORMANCE EVALUATIONS NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF SUPPLIER PERFORMANCE RISK SYSTEM IN PAST PERFORMANCE EVALUATIONS (MAR 2018) (a) The Supplier Performance Risk System (SPSR) application (https://www.ppirssrng.csd.disa.mil/) will be used in the evaluation of suppliers past performance in accordance with DFARS 213.106-2(b)(i). (b) SPRS collects quality and delivery data on previously awarded contracts and orders from existing Department of Defense reporting systems to classify each supplier s performance history by Federal supply class (FSC) and product or service code (PSC). The SPRS application provides the contracting officer quantifiable past performance information regarding a supplier's quality and delivery performance for the FSC and PSC of the supplies being purchased. (c) The quality and delivery classifications identified for a supplier in SPRS will be used by the contracting officer to evaluate a supplier s past performance in conjunction with the supplier s references (if requested) and other provisions of this solicitation under the past performance evaluation factor. The Government reserves the right to award to the supplier whose quotation or offer represents the best value to the Government. (d) SPRS classifications are generated monthly for each contractor and can be reviewed by following the access instructions in the SPRS User s Manual found at https://www.ppirssrng.csd.disa.mil/pdf/PPIRS-SR_UserMan.pdf. Contractors are granted access to SPRS for their own classifications only. Suppliers are encouraged to review their own classifications, the SPRS reporting procedures and classification methodology detailed in the SPRS User's Manual, and SPRS Evaluation Criteria available from the references at https://www.ppirssrng.csd.disa.mil/pdf/SPRS_DataEvaluationCriteria.pdf. The method to challenge a rating generated by SPRS is provided in the User s Manual. UNFUNDED DISCLOSURE: (FAR 52.232-18 Availability of Funds) The request for quote is for pricing only. Funds are not presently available for this Requirement. The Government's obligation under this requirement is contingent upon the availability of appropriated funds from which contract award can be made. Quotes valid through 30 September 2018 are requested. Clauses incorporated by full text are as follows: The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. (PLEASE SEE ATTACHMENT 1)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/92CONS/18QA091/listing.html)
 
Place of Performance
Address: FAIRCHILD AFB, WA 99011
Zip Code: 99011
 
Record
SN05088308-W 20180915/180913231455-7480795f7567c4d5af295570d51e546f (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.