Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOLICITATION NOTICE

91 -- Joint Base Charleston Air Expo 2022 Fuel

Notice Date
2/25/2022 12:25:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441822Q0034
 
Response Due
3/4/2022 11:00:00 AM
 
Archive Date
03/19/2022
 
Point of Contact
Tatyana Verenich, Phone: 8439635162, Terry G. Harrelson, Phone: 8439635158
 
E-Mail Address
tatyana.verenich@us.af.mil, terry.harrelson.1@us.af.mil
(tatyana.verenich@us.af.mil, terry.harrelson.1@us.af.mil)
 
Description
General Information Title: Joint Base Charleston Air Expo 2022 Fuel� Document Type:� Combined Synopsis/Solicitation Solicitation Number:� FA4418-22-Q-0034 Posted Date:��� 25 February 2022 Response Date:� 4 March 2022 Classification Code:� 9140 Set-Aside:� Unrestricted NAICS Code: 488190 Contracting Office Address Department of the Air Force, AMC, 628th Contracting Squadron/PKA, 101 E. Hill Blvd, Joint Base Charleston, SC 29404 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation.� Proposals are requested and a written solicitation will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.� The synopsis/solicitation reference number is FA441822Q0034 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes. � This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This acquisition is solicited as Unrestricted.� The applicable NAICS code is 488190 with a size standard of $35M. All responsible sources may submit a quotation using the attached RFQ. Contractor shall submit a quote for the delivery and service of all fuel needed to support the 2022 Joint Base Charleston Air & Space Expo taking place 7-10 April 2022. The contractor shall provide all items identified in the attached form which includes a list of the required items on a firm fixed price basis including the cost of shipping FOB Destination. Please see Attachment No. 1 for specific requirement information. �The government intends to issue one award as a result of this solicitation. The Period of Performance for this requirement is 7-10 April 2022.� Delivery and set-up shall be no later than 0700 EST on 7 April 2022 or earlier at Joint Base Charleston � Air Base, North Charleston, SC, 29404.� All unused fuel shall be removed no earlier than end of show (estimated time 1800 EST) on 10 April 2022.� The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: https://www.acquisition.gov/) FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (NOV 2021) Price - Offerors shall submit their quotation using the RFQ Attachment No. 2 Technical � Offerors shall submit a manufacturer�s product information sheet (Cut-Sheet) for each item which they offer under RFQ Attachment No. 2 FAR 52.212-2, Evaluation - Commercial Items (NOV 2021) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer represents the Lowest Priced Technically Acceptable offer conforming to the solicitation and will be considered as the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: Price. The Government will evaluate the total price of the offer for award purposes. Technical capability of the item offered to meet the Government requirement. The Government will award a contract to the lowest priced technically acceptable offer. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management� http://www.sam.gov The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (JAN 2022), applies to this acquisition.�� The following additional FAR clauses cited in the clause are applicable to this acquisition: FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management The following additional clauses are applicable to this procurement (not all inclusive). FAR 52.204-7, System for Award Management FAR 52.204�23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations FAR 52.211-17, Delivery of Excess Quantities FAR 52.219-28, Post Award Small Business Representation FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Fund Transfer� System for Award Management FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors FAR 52.233-3, Protest After Award. FAR 52.253-1 Computer Generated Forms DFARS 252.204-7004, Alternate A. System for Award Management 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 DFARS 252.225-7000, Buy American--Balance of Payments Program Certificate. DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7974, Representation Regarding Persons that have Business Operations with the Maduro Regime DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports�� (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.246-7000, Material Inspection And Receiving Report� AFFARS 5352.201-9101 Ombudsman 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 ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman 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) 256-2395, 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. 5352.242-9000 Contractor Access to Air Force Installations 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, valid vehicle insurance certificate, and 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 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. Defense Priorities and Allocations System (DPAS):� N/A Response to this combined synopsis/solicitation must be received via email, mail, or delivery by 4 March 2022, no later than 2:00 PM EST.� Requests should be marked with solicitation number FA441822Q0034.� Address questions to Tatyana Verenich, Contract Specialist, at (843) 963-5162 or Tatyana.Verenich@us.af.mil. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d0a962e03f674e0c959e89f84980eba1/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN06251622-F 20220227/220225230114 (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.