SOLICITATION NOTICE
28 -- Ford Engines - Package #1
- Notice Date
- 9/19/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO AZ 162 MSC, 1455 E EL TIGRE WAY, TUCSON, Arizona, 85706-6091, United States
- ZIP Code
- 85706-6091
- Solicitation Number
- W912L2-19-Q-6049
- Archive Date
- 9/26/2019
- Point of Contact
- 162d Wing Contracting,
- E-Mail Address
-
usaf.az.162-wg.list.msg-msc@mail.mil
(usaf.az.162-wg.list.msg-msc@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Limited source justification Specification sheet RFQ 19Q6049 REQUEST FOR QUOTATION W912L2-19-Q-6049 Issue Date: 19 September 2019 From: 162nd Contracting Office To: All Qualified Interested Parties Tucson, AZ 85706 The contractor shall provide: Two (2) Ford 6.0L diesel Engines (IAW) the attached Statement of Work (SOW). ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE TOTAL AMOUNT 0001 Supply of 6.0L Ford Diesel engines 2 Each $___________ $ ___________ IAW attached Specifications FFP FOB Destination Delivery Terms: 30 Days ARO FOB: Destination INSTRUCTIONS TO OFFERORS: This acquisition is 100% set-aside for small businesses. The North American Industrial Classification System (NAICS) Code is 333618 with an associated U.S. Small Business Administration size standard of 100 EMPLOYEES. The following clauses and provisions are incorporated and will remain in full force in any resultant award: FAR 52.202-1 - Definitions FAR 52.204-7 - System for Award Management FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.204-22 - Alternative Line Item Proposal FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25- Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 (Alt 1) - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Terms and Condition - Commercial FAR 52.212-5 Dev - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 Dev - Notice of Total Small Business Aside (Deviation 2019-O0003) FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Equal Opportunity for Workers with Disabilities FAR 52.222-50 - Combating Trafficking in Persons FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39 - Unenforceability of Unauthorized Obligations FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 - Disputes FAR 52.233-3 - Protest after Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 Alt I - Changes - Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-1 -- Termination for Convenience of the Government (Short Form) DFARS 252.203-7000- Requirements relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to inform Employees of Whistleblower Rights DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7000 Disclosure of Information DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.244-7000 - Subcontracts for Commercial Items The following additional provisions and clauses are applicable to this procurement. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (a) The Government intends to award one firm fixed priced purchase order to the responsible offeror whose offer 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: FACTOR 1 - Price •- Interested vendors must provide a firm fixed price quote with a breakdown of all applicable costs with their solicitation response. The proposed prices shall be evaluated for completeness, and reasonableness. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. (NOTE: The 162d Wing is subject to 50% AZ Transaction Privilege Tax. Please include applicable taxes with your quote.) FACTOR 2 - Technical Capability of the item offered to meet the government requirement The proposed product(s) must effectively meet or exceed the technical specifications, functional and performance characteristics listed in the CLIN description. Factors other than price when combined are approximately equal when compared to price (b) All quotes will be subjected to an initial screening for completeness and conformance with RFQ instructions before being evaluated. A quote that is incomplete will not be considered for award. (c) 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 withdrawal is received before award. (d) The Government intends to award without discussions. Offerors shall ensure their initial proposal contains its best terms from a technical and price standpoint. However, the Contracting Officer reserves the right to hold discussions if necessary. (e) Note: In Accordance with Federal Acquisition Regulation (FAR) 9.104-1: To be determined responsible, a prospective contractor must: 1. Have adequate financial resources to perform the contract, or the ability to obtain them 2. Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; 3. Have a satisfactory performance record. 4. Have a satisfactory record of integrity and business ethics 5. Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). 6. Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and 7. Be otherwise qualified and eligible to receive an award under applicable laws and regulations. The Government reserves the right to further verify contractor responsibility using any sources available including, but not limited to: • Federal Awardee Performance and Integrity Information System (FAPIIS) • System for Award Management (SAM) • Supplier Performance Risk System (SPRS) • Other Publically Available Information (End of Provision) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS Lack of active SAM registration will preclude contract award. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item with their submission or complete electronic representations and certifications at: https://www.sam.gov/portal/SAM FAR 52.252-1 Solicitation Provisions Incorporated By Reference 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): https://www.acquisition.gov/ (End of Provision) FAR 52.252-2 Clauses Incorporated By Reference 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): https://www.acquisition.gov/ (End of Clause) FAR 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) RFQ Submission - Submit all offers by email only, oral offers will not be accepted. Please provide the following with your response: VENDOR INFORMATION: ENTITY NAME CAGE CODE POINT OF CONTACT pHONE NUMBER EMAIL ADDRESS Quote Expiration DATE Payment & DISCOUNT Terms Quote Suspense Date: Tuesday, 24 September 2019 by 3:00 p.m. Arizona Time via email to: usaf.az.162-wg.list.msg-msc@mail.mil Quotes should be marked with solicitation number W912L2-19-Q-6049 Attachment: (1) Statement of Work (2) Limited source Justification
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a066bbc4db3235a69e856de7c96daaca)
- Place of Performance
- Address: Tucson,AZ, Tucson, Arizona, 85706, United States
- Zip Code: 85706
- Zip Code: 85706
- Record
- SN05450672-W 20190921/190919230759-a066bbc4db3235a69e856de7c96daaca (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 |