Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

55 -- Lumber

Notice Date
11/20/2020 6:12:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321912 — Cut Stock, Resawing Lumber, and Planing
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487721QA069
 
Response Due
11/25/2020 12:00:00 PM
 
Archive Date
12/10/2020
 
Point of Contact
Heidi Fox, Phone: 5202286563, Rachelle L Jenkins, Phone: 5202283095
 
E-Mail Address
heidi.fox@us.af.mil, rachelle.jenkins.3@us.af.mil
(heidi.fox@us.af.mil, rachelle.jenkins.3@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBO SYNOPSIS - SOLICIATION LUMBER This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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. Solicitation FA4877-21-Q-A069 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-09 effective September 2020. The DFARS provisions and clauses are those in effect to DPN 20201001 effective 01 October 2020. The AFFARS provisions and clauses are those in effect to AFAC 2019-1001, effective 01 October 2019. The proposed requirement is issued as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 321912 (Cut Stock, Resawing Lumber, and Planning) with a Small Business size standard of 500 Employees. Contractors must be registered in System for Award Management. Please see attached sample BPA call Requirement�s List (Attachment 1) for types and dimensions of lumber required and Performance Work Statement (Attachment 2) for specifications required of the lumber and delivery procedures. The lumber requirement varies every month in dimensions, quantity, and type. We understand that pricing is not stable due to the volatility of the current and future lumber market/industry and current best pricing shall be submitted. The Government intends to establish multiple Blanket Purchase Agreements as a result of this requirement. The Blanket Purchase Agreements will result in possible multiple monthly orders for a varied amount of sizes and quantities of lumber for expedited delivery to the 309th Aerospace Maintenance and Regeneration Group (AMARG) Woodmill compound located on Davis-Monthan Air Force Base, Arizona. Shipping will be FOB Destination to 309th Aerospace Maintenance and Regeneration Group (AMARG), Davis-Monthan AFB, AZ. The shipment shall be marked for 309 AMARG Woodmill. FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2020) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the quote, the Offeror must follow the instructions contained herein. The pricing quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation.� 2. System for Award Management Registration. (a) By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (b) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (c) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (d) Offerors may obtain information on registration at https://www.sam.gov. The results of this requirement will be a Blanket Purchase Agreement. The 355th Contracting Squadron anticipates awarding multiple Blanket Purchase Agreements (BPAs). The proposed requirement is issued as a Small Business Set-Aside. The North American Industry Classification code is 321912 (Cut Stock, Reswing Lumber, and Planning). Contractors must be registered in System for Award Management. Please see attached sample BPA call Requirement list (Attachment 1) for types and dimensions of lumber; Performance Work Statement (Attachment 2). Interested contractors will quote on sample BPA call (Attachment 1 � Requirement�s List), this is an example of what a typical call may look like from the customer. The lumber requirement varies every month in dimensions, quantity, and type. Please see DM Local Policy (Attachment 3) for local Davis Monthan AFB policies. This will be a lowest price technically acceptable purchase. Technical Acceptability, at a minimum, is defined as providing the desired lumber that meets the specifications as noted in the Performance Work Statement and the ability to meet the expedited delivery schedules. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the Offeror�s initial offer should contain the Offeror�s best terms from a price and technical standpoint. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. In order to be offered a BPA, Offerors will be evaluated on the follow criteria: By completing of Attachment 1, the Offeror commits to meeting the expedited delivery schedules as well as meeting the quality specifications of the wood identified in Attachment 2 The lowest priced offer will be evaluated for technical acceptability.� If found technically acceptable award will be made without further consideration.� If found technically unacceptable the Government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable Offeror.� Past Performance will be evaluated, based on relevancy and acceptable or unacceptable basis.� Therefore, the Offeror�s initial offer should contain the Offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (x) Each Offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (June 2020) OR confirmation that representations and certifications have been completed in the System for Award Management site www.sam.gov�� The offer must comply with Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) which prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunication equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. 52.204-24� REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. ����� (a) Definitions. As used in this provision� ����� Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ����� (b) Prohibition. �(1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� ��������������� (i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ��������������� (ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ���������� (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� ��������������� (i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ��������������� (ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ����� (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. ����� (d) Representation. The Offeror represents that� ���������� (1)It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and ���������� (2)After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� ��������� It ? does, ? does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. ����� (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: ��������������� (i)For covered equipment� �������������������� (A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); �������������������� (B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and �������������������� (C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. ��������������� (ii)For covered services� �������������������� (A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or �������������������� (B)If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. ���������� (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: ��������������� (i)For covered equipment� �������������������� (A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); �������������������� (B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and �������� ������������(C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. ��������������� (ii)For covered services� �������������������� (A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or �������������������� (B)If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (DEC 2019) ����� (a) Definitions. As used in this provision, �covered telecommunications equipment or services� has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ����� (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. ����� (c) Representation. The Offeror represents that it ? does, ? does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (End of provision) (xi) The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders � Commercial Items (July 2020), is hereby incorporated by reference, with the same force and effect as if it were given in full text. 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) 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/ 52.252-2, 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):�� https://www.acquisition.gov/ Additionally, the following clauses and provisions apply to this acquisition: FAR 52.204-13 System for Award Management Maintenance Oct 2018 FAR 52.204-16 (P) Commercial and Government Entity Code Reporting Aug 2020 FAR 52.204-17 (P) Ownership or Control of Offeror Aug 2020 FAR 52.204-18 Commercial and Government Entity Code Maintenance Aug 2020 FAR 52.204-20 (P) Predecessor of Offeror Aug 2020 FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems Jun 2016 FAR 52.204-22 Alternative Line Item Proposal Jan 2017 FAR 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Jun 2020 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov 2015 FAR 52.209-11 (P) Representation by Corporations Regarding Delinquent Tax Liability or a felony conviction under any federal law Feb 2016 FAR 52.217-5 Evaluation of Options Jul 1990 FAR 52.217-8 Option to Extend Services Nov 1999 FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000 FAR 52.219-8 Utilization of Small Business Concerns Oct 2018 FAR 52.219-28 Post-Award Small Business Program Representation May 2020 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor � Cooperation with Authorities and Remedies Jan 2020 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-35 Equal Opportunity for Veterans Jun 2020 FAR 52.222-36 Equal Opportunity for Workers With Disabilities Jun 2020 FAR 52.222-37 Employment Reports on Veterans Jun 2020 FAR 52.222-40 Notification of Employment Rights under the National Labor Relations Act Dec 2010 FAR 52.222-50 Combating Trafficking in Persons Oct 2020 FAR 52.223-6 Drug-Free Workplace May 2001 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Jun 2020 FAR 52.225-5 Trade Agreements Oct 2019 FAR 52.225-6 Trade Agreements Certificate May 2014 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.225-18 (P) Place of Manufacture Aug 2018 FAR 52.232-17 Interest May 2014 FAR 52.232-23 Assignment of Claims May 2014 FAR 52.232-25 Prompt Payment Jan 2017 FAR 52.232-33 Payment by Electronic Funds Transfer � System for Award Management Oct 2018 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-1 Disputes May 2014 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr 1984 FAR 52.242-13 Bankruptcy Jul 1995 FAR 52.244-6 Subcontracts for Commercial Items Oct 2020 FAR 52.247-34 F.O.B. � Destination Nov 1991 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7004 Level I Antiterrorism Awareness Training for Contractors Feb 2019 DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct 2016 DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Dec 2019 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 May 2019 DFARS 252.211-7008 Use of Government-Assigned Serial Numbers Sep 2010 DFARS 252.215-7008� - (P) Only One Offer July 2019 DFARS 252.225-7012 Preference for Certain Domestic Commodities Dec 2017 DFARS 252.225-7048 Export Controlled Items Jun 2013 DFARS 252.227-7015 Technical Data � Commercial Items Feb 2014 DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data Sep 2016 DFARS 252.223-7008 Prohibition of Hexavalent Chromium June 2013 DFARS 252.232-7003 Electronic Submission of payment Requests and receiving reports Dec 2018 DFARS 252.232-7006 Wide Area Workflow Payment Instructions Dec 2018 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7001 Pricing of Contract Modifications Dec 1991 DFARS 252.243-7002 Request For Equitable Adjustment Dec 2012 DFARS 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) Sep 2020 DFARS 252.247-7022 Representation of Extent of Transportation by Sea Jun 2019 DFARS 252.247-7023 Transportation of Supplies by Sea--Basic Feb 2019 AFFARS 5352.201-9101 Ombudsman Oct 2019 AFFARS 5352.242-9000 Contractor Access To Air Force Installations Oct 2019 NOTICE TO ALL INTERESTED PARTIES: Any questions pertaining to this acquisition shall be asked no later than Friday, 20 Nov 2020, 10:00 AM Local AZ time.� Questions shall be sent to Contract Specialist Rachelle Jenkins at rachelle.jenkins.3@us.af.mil and Contracting Officer Heidi Fox at heidi.fox@us.af.mil . It is the responsibility of the Offeror to view the website for any changes or amendments to this RFQ. Quotes will be due by Monday, 23 Nov 2020, 1:00 PM, Arizona Local Time. Submissions shall be via email to Contracting Specialist, Rachelle Jenkins at rachelle.jenkins.3@us.af.mil, phone: (520) 228-3095, and Contracting Officer Heidi Fox at heidi.fox@us.af.mil, phone (520)228-6365; quotes shall include the following: a. Part 1- Price � Submit one (1) copy of a completed Attachment 1 �Lumber Requirement List with current pricing to include all applicable shipping costs included in the unit price. b. Part 2- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 5 pages confirming ability to provide the desired lumber with the required specifications outlined in the PWS shipped, packaged, and delivered according to the PWS. c. Part 3- Representations & Certifications (Reps/Certs) � Submit per para (x) above BASIS OF CONTRACT AWARD: This is a competitive action in which multiple Blanket Purchase Agreements award shall be made to the lowest priced, technically acceptable offers. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Atch #:����� Item Description:������������������������������������������������������������������ Page(s): ���� 1���������� Lumber Requirement List (Sample BPA Call)��������� ����������������� 1 ���� 2���������� Performance Work Statement (PWS)����������������������� ����� ����� ������3 � ���3���������� Davis-Monthan AFB Local Policy���������������������������������������� ����� 1 ����� 4��������� Terms and Conditions����������������������������������������������������������� ����� 1
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3f90e7ad1e094ee092003d85497f8898/view)
 
Place of Performance
Address: AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN05858183-F 20201122/201120230144 (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  © 1994-2020, Loren Data Corp.