Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOLICITATION NOTICE

61 -- UPS Battery (UPS12-350 MR ) Replacements

Notice Date
12/12/2019 4:04:15 PM
 
Notice Type
Solicitation
 
NAICS
221122 — Electric Power Distribution
 
Contracting Office
FA9302 AFTC PZIE EDWARDS AFB CA 93524 USA
 
ZIP Code
93524
 
Solicitation Number
FA9302-20-Q-5010
 
Response Due
12/18/2019 1:00:00 PM
 
Archive Date
01/02/2020
 
Point of Contact
Ryan Coney, Phone: 661-277-3234
 
E-Mail Address
ryan.coney@us.af.mil
(ryan.coney@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.(ii) Solicitation Number: FA9302-20-Q-5010 **Please provide the full solicitation number on all packages**Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524.Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.This solicitation is issued as a Request for Quote (RFQ).(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2020-01 and DPN 20190531 and AFAC 2019-1001.(iv) THIS REQUIREMENT WILL BE: 100% TOTAL SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) number for this acquisition is 221122 with a size standard of 1,000 employees.(v) CLIN NomenclatureCLIN 0001 - C&D, 12V, 93.2AH, 67 lbs. Valve Regulated Lead Acid Battery, 3 Year Manufacturer Warranty - Part # UPS12-350MR - Qty: 80 eachCLIN 0002 -Labor for UPS battery replacement - Qty: 1 eachCLIN 0003- Freight for the delivery of new batteries and disposal of old batteries- Qty: 1 each(vi) Description of items to be acquired - See CLIN Nomenclature listed above(vii) Delivery Date: Desired delivery and installation is requested as soon as possible after award but not later than 60 DARO. Quote packages SHALL include estimated lead/installation times and a projection for completion. FOB: DESTINATION - EDWARDS AFB, CA* Ship to:412 EWG30 Hoglan AveEdwards AFB, CA 93524*Any/all delivery charges must be included in the quote for FOB Destination.(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at Air Force FAR Site, http://farsite.hill.af.milADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial ItemsOfferors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: DUNS Numbers: TIN Number: CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Point of Contact and Phone Number: Email address: FOB (destination or origin): Warranty (if applicable) Date Offer Expires(ix) The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition.ADDENDUM to 52.212-2, Evaluation - Commercial Items.The Government will award a firm fixed priced 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.The following factors shall be used to evaluate offers:(i) Technical capability of the item offered to meet the Government requirement; (Your quote package, MUST include spec sheets/information brochures for the products quoted in your package. Information should clearly show and demonstrate your company’s ability to meet the stated requirements of section “(iv) Description of Items to be acquired.” Failure to provide enough information, will result in a determination of quote being unresponsive to the solicitation.)(ii) Price;This will be awarded to the Lowest Price Technically Acceptable Offeror. In order to be found technically acceptable the quote must demonstrate the contractor’s ability to meet the requirements of the RFQ. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be looked at from the lowest price. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor. Only one award will be made under this solicitation.(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.(xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.The following clauses cited in FAR 52.212-5 apply to this acquisition:52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 89(a)(1)(A) of Pub. L. 115-232).52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)).52.222-3, Convict Labor (June 2003) (E.O. 11755).52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).52.222-21, Prohibition of Segregated Facilities (Apr 2015).52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332).52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).(xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://farsite.hill.af.milPROVISIONS INCORPORATED BY REFERENCE 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017)52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)52-204-7 System for Award Management (Oct 2018)252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)CLAUSES INCORPORATED BY REFERENCE 52.204-13 System for Award Management Maintenance (Oct 2018)52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)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)252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)252.211-7003 Item Identification and Valuation (Mar 2016)252.223-7008 Prohibition on Hexavalent Chromium (Jun 2013)252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Jun 2011)252.225-7036 Alt 1, Buy American—Free Trade Agreements—Balance of Payments Program (Dec 2017)252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)252.232-7010 Levies on Contract Payments (Dec 2006)252.244-7000 Subcontracts for Commercial Items (Jun 2013)252.246-7008 Sources of Electronic Parts (Mary 2018)252.247-7023 Transportation of Supplies by Sea (Feb 2019) PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXTDFARS 252.232-70006 Wide Area Workflow Payment Instructions (Dec 2018)(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.“Payment request” and “receiving report” are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (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.sam.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 shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:(1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.(ii) For fixed price line items—(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.____________________________________________________________COMBO INVOICE (Invoice + Receiving Report) (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.____________________________________________________________ (iii) For customary progress payments based on costs incurred, submit a progress payment request.(iv) For performance based payments, submit a performance based payment request.(v) For commercial item financing, submit a commercial item financing request.(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. (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 DoDAAC F03000Issue By DoDAAC FA9302Admin DoDAAC** FA9302Inspect By DoDAAC F1S0AXShip To Code F1S0AXShip From Code N/AMark For Code FA9302-20-P-5051Service Approver (DoDAAC) N/AService Acceptor (DoDAAC) N/AAccept at Other DoDAAC N/ALPO DoDAAC N/ADCAA Auditor DoDAAC N/AOther DoDAAC(s) N/A (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.(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._________________________________________________________________Technical POC: Financial POC: Contract Officer: Ryan Coney, email: ryan.coney@us.af.mil (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.(End of clause)5352.201-9101 Ombudsman (OCT 2019) (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 Center/MAJCOM/DRU or AFISRA ombudsmen, Air Force Test Center Vice Commander, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile numbers (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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) 5352.223-9001 Health and Safety on Government Installations (OCT 2019)(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)5352.242-9000 Contractor Access to Air Force Installations (OCT 2019)(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass.(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable.(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.(f) Failure to comply with these requirements may result in withholding of final payment.(End of clause)(xiv) Defense Priorities and Allocation System (DPAS): N/A(xv) Proposal Submission Information:Offers are due by 18 December 2019 at 1:00 PM Pacific Standard Time (PST). Offers must be sent to Ryan Coney at ryan.coney@us.af.mil via electronic mail. No late submissions will be accepted.(xvi) For additional information regarding this solicitation contact:Primary Point of Contact:Ryan ConeyContracting Officerryan.coney@us.af.mil Phone: 661-277-3234
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9bce7fc34194437d9caa88ab24d509bb/view)
 
Place of Performance
Address: 21586, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN05515642-F 20191214/191212230310 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.