Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2021 SAM #7001
SOLICITATION NOTICE

N -- Dry Agent Tanks

Notice Date
1/27/2021 9:58:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875121Q0458
 
Response Due
2/12/2021 12:00:00 PM
 
Archive Date
02/27/2021
 
Point of Contact
Leena Budhu
 
E-Mail Address
leenawattie.budhu.1@us.af.mil
(leenawattie.budhu.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation FA875120Q0458 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-09 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200605. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code is 238210 and small business size standard of average annual receipts of $16.5M. The contractor shall provide reconditioned brand name Siemens Sinorix 227 Waterless Extinguishing Agent Tanks, on a firm fixed price basis, including the cost of shipping FOB destination. Please see Attachment No. 2, Brand Name Justification, for rationale as to why only Siemens Sinorix 227 Waterless Extinguishing Agent brand name will satisfy the Government�s requirement. Part Number-�Model #: CPY-1200 Brand Name -�Siemens Sinorix 227 Waterless Extinguishing Agent Tanks Description/Specifications -Removal of four (4) Siemens Sinorix 227 Waterless Extinguishing Agent Tanks. Reconditioned two (2) tanks currently connected to system- rebuild refill with HFC-227 gas to the correct level and tested (certification). Installation of the two (2) reconditioned tanks. Tanks are located in two separate buildings, both buildings have ramps near where the work will be performed. The two (2) tanks located in Building 2 needs to be removed first and reconditioned (drained, refurbished, recertified, and refilled) and replaced with the tanks in Building 3. Two (2) tanks need to be connected to the Fire Suppression System at all times. Vendor will be responsible for providing transportation of the tanks from the tanks location inside the building to their trucks and then also transportation of reconditioned tanks from their truck to the tank removal/installation site. Pallet Jack is available on site for use to move tanks. Vendor is responsible for providing all other equipment needed to move tanks. The Government is seeking reimbursement for the agents in the additional two (2) tanks in Building 3, which will be recycled by vendor after agent is removed. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. DELIVERY The anticipated delivery date is 30 days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34, FOB Destination (Nov 1991). The place of delivery, acceptance and FOB destination point is Rome, NY 13441. EVALUATION The following factors shall be used to evaluate offers: technical acceptability and price. The Government intends to award to the lowest priced, technically acceptable offeror. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the salient physical, functional and performance characteristics and level or quality of the products listed above. CONTRACT ADMINISTRATION DATA Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow � Receipt and Acceptance (see website � https://piee.eb.mil/). Wide Area Workflow Training may be accessed online at https://pieetraining.eb.mil/wbt/xhtml/wbt/wawf/index.xhtml. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. TERMS AND CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2020), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside DEVIATION 2020-O0008 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor�Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer�System For Award Management The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003, Item Identification and Valuation Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: N/A Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description: 'N/A' Para (c)(1)(iii). Attachment Nr.: 'N/A' Para (c)(1)(iv). Attachment Nr.: 'N/A' Para (f)(2)(iii). 'N/A' 252.215-7007, Notice of Intent to Resolicit (JUN 2012) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.222-7999 Combating Race and Sex Stereotyping (Deviation 2021-O0001) 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.225-7974, Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Sources of Electronic Parts 252.247-7023, Transportation of Supplies by Sea � Basic 5352.201-9101, Ombudsman, is hereby incorporated into this solicitation. The Ombudsman for this acquisition is: Mr Steven Ewers, HQ AFRL/PK, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, COMM: (937) 904-4407; EMAIL: steven.ewers@us.af.mil 5352.223-9001, Health and Safety on Government Installations (OCT 2019) 5352.242-9000, Contract Access to Air Force Installations (Oct 2019) (a) The Contractor shall obtain installation identification 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 Contractorfurnished, 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 installation. The letter will also specify the individual(s) authorized to sign for a request for identification credentials. The Contracting Officer will endorse the request and forward it to the security police for processing. When reporting to the security police office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate. (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 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, AFMAN 16-1405, Air Force Personnel Security Program, and applicable individual area operating instructions. (e) Upon completion or termination of the contract or expiration of the installation identification badges, the prime contractor shall ensure that all installation identification badges issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements (End of Clause) REPRESENTATIONS AND CERTIFICATIONS Offerors are required to complete representations and certifications found in the provisions at: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services Or Equipment (DEC 2019) 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) For your convenience all referenced certifications are attached to this solicitation (ATTACHMENT 1). INSTRUCTIONS Electronic copies of quotes are due at or before 3:00 PM EST, 12 February�2021. Quotes shall be submitted to Leena Budhu at leenawattie.budhu.1@us.af.mil. Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered. If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. 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. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. SAM. Offeror�s must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e0ae1b4599cb42a392532e2646d8b652/view)
 
Record
SN05901226-F 20210129/210127230112 (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.