SOLICITATION NOTICE
49 -- RFQ - CH-47 Phase Maintenance Work Platform Stands
- Notice Date
- 9/7/2022 12:07:09 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- W7NJ USPFO ACTIVITY MO ARNG JEFFERSON CITY MO 65101-1200 USA
- ZIP Code
- 65101-1200
- Solicitation Number
- W912NS22Q8510
- Response Due
- 9/21/2022 1:00:00 PM
- Archive Date
- 10/06/2022
- Point of Contact
- Douglas Young, Phone: 417-874-8400 x18098, Craig L. Lueckenotto, Phone: 573-638-9627
- E-Mail Address
-
douglas.m.young4.civ@army.mil, craig.l.lueckenotto.civ@army.mil
(douglas.m.young4.civ@army.mil, craig.l.lueckenotto.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07. This solicitation is being issued as a Request for Quotation (RFQ) The associated North American Industrial Classification System (NAICS) code for this procurement is: 332312 FABRICATED STRUCTURAL METAL MANUFACTURING with a size standard of 500 employees or less. The Federal Product/Service Code is 4920 - AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT. This is a Total Small Business Set aside and only qualified small business�s offers will be accepted. The objective of this acquisition is to purchase two (2) CH-47 Phase Maintenance Work Platform Stands for the Missouri Army National Guard�s Aviation Classification Repair Activity Depot (AVCRAD). The stands will be used in in repairing and maintaining CH-47 Chinook Helicopters. The product characteristics are detailed on attachment �B8 � Product Description�� CLIN 0001) CH-47 Phase Maintenance Work Platform Stands - Quantity 2 EA Delivery: FOB Destination: 5250 WEST DEPOT ROAD SPRINGFIELD, MO �65803, commercial delivery address with loading dock and material handling equipment for unloading. Quote Submission Instructions: Submit your quote on Company Letter Head, including your Cage Code or documentation of your active registration on sam.gov. Include, as an attachment, the Manufacturer�s product specifications and warranty information for the proposed product. Offeror shall utilize the Contract Line Item Number (CLIN) structure when submitting Quote. Quote Price shall include any delivery fees (FOB Destination), taxes or fees to fully meet criteria of the RFQ. If offeror fails to fully demonstrate Quoted items meet the specifications, they shall be considered not acceptable or non-responsive. Submit quotes electronically via email to douglas.m.young4.civ@army.mil and craig.l.lueckenotto.civ@army.mil utilizing the following subject: RFQ W912NS22Q8510 ""Company Name"". All quotes shall be submitted by 3:00 P.M./1500 Central Time on 21 September 2022. Question Submittal: Submit in similar format to quote submission above and to the same email addresses not later than 3:00 P.M./1500 Central Time on 15 September 2022. Basis of Award: Lowest Price Technically Acceptable, after demonstrating the proposed items meet or exceed the objective and characteristics as stated in the attachment �B8 Product Description��, Past Performance via a CPARS and SPRS reporting shall also be evaluated to ensure vendor meets acceptable past performance ratings. Award Type: A firm-fixed price purchase order. The Missouri National Guard reserves the right to look at past performance, references, and SBA certificate of competency before finding technical acceptability. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. �Registration must be �ACTIVE� at the time of award. Payment: Invoiced and paid through Wide Area Work Flow (WAWF). The following provisions and clauses apply to this acquisition in support of the type of set-aside: 52.219-6 Notice of Total Small Business Set-Aside (Deviation 2020-O0008) (Oct 2020) The following provisions and clauses apply to this acquisition: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-17 Ownership or Control of Offeror (Aug 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.204-20 Predecessor of Offeror (Aug 2020) FAR 52.204-22 Alternative Line Item Proposal (Jan 2017) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred Suspended, or Proposed for Debarment (Nov 2021) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (Nov 2021) with Alternate I (Oct 2014) FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2021) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (DEVIATION 2018-O0021) (Sep 2018) FAR 52.219-1 Small Business Program Representations (Sep 2021) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2018) FAR 52.219-28 Post Award Small Business Program Rerepresentation (Sep 2021) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) 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 (Nov 2021) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7006 Billing Instructions (Oct 2005) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) (Oct 2015) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) (Oct 2015) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.211-7003 Item Unique Identification and Valuation (Mar 2016) DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019) DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2018) DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001 Buy American and Balance of Payments Program (Dec 2017) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2017) DFARS 252.225-7036 Buy American�Free Trade Agreements�Balance of Payments Program (Dec 2017) DFARS 252.225-7048 Export-Controlled Items (Jun 2013) DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022) DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022) 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 252.232-7017 Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration (Apr 2020) DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) DFARS 252.244-7000 Subcontracts for Commercial Items (Jan 2021) DFARS 252.246-7008 Sources of Electronic Parts (May 2018) DFARS 252.247-7023 Transportation of Supplies by Sea (Feb 2019) FAR PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT 52.219-14�Limitations on Subcontracting (Sep 2021) � � � (a) This clause does not apply to the unrestricted portion of a partial set-aside. � � � (b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that� � � � � � �(1) Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and � � � � � �(2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract. � � � (c) Applicability. This clause applies only to� � � � � � �(1)Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3); � � � � � �(2)Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a)(3); � � � � � �(3)Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15; � � � � � �(4)Orders expected to exceed the simplified acquisition threshold and that are� � � � � � � � � (i)Set aside for small business concerns under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or � � � � � � � � (ii)Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii); � � � � � �(5)Orders, regardless of dollar value, that are� � � � � � � � � (i)Set aside in accordance with subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or � � � � � � � � (ii)Issued directly to concerns that qualify for the programs described in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii); and � � � � � �(6)Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference. � � � (d) Independent contractors. An independent contractor shall be considered a subcontractor. � � � (e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for� � � � � � �(1)Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract; � � � � � �(2)Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract; � � � � � �(3)General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded; or � � � � � �(4)Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded. � � � (f) The Contractor shall comply with the limitations on subcontracting as follows: � � � � � �(1) For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause� � � � � ���X By the end of the base term of the contract and then by the end of each subsequent option period; or � � � � � �__ By the end of the performance period for each order issued under the contract. � � � � � �(2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order. � � � (g)A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. (End of clause) 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/ (End of provision) 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/ (End of clause) 52.252-5 Authorized Deviations in Provisions (Nov 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) 52.252-6 Authorized Deviations in Clauses (Nov 2020) (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 Supplement (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)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b8b62d4ef5784d8ea1b2b768df18260c/view)
- Place of Performance
- Address: Springfield, MO 65803, USA
- Zip Code: 65803
- Country: USA
- Zip Code: 65803
- Record
- SN06455876-F 20220909/220907230136 (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 |