Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOLICITATION NOTICE

25 -- Vehicle Mounted Air Conditioner Units - Statement of Work

Notice Date
8/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-11-Q-GA02-A
 
Archive Date
8/30/2011
 
Point of Contact
Grace K. Andriliunas, Phone: 7572251542, Linda R Chatman, Phone: 757-764-2230
 
E-Mail Address
grace.andriliunas@langley.af.mil, linda.chatman@langley.af.mil
(grace.andriliunas@langley.af.mil, linda.chatman@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Make, Year, and Model of Vehicles Vehicle AC Units Statement of Work This combined synopsis/solicitation (FA4800-11-Q-GA02-A) is for a commercial service 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 is being issued as a Request for Quote (RFQ) and expected to be posted for solicitation thru Aug 15, 2011. This solicitation document is those in effect through Federal Acquisition Circular 2005-40. This acquisition is a Small Business set-aside. The associated NAICS code is 811111 with a 7 million dollar size standard. This RFQ contains 1 CLIN and includes the Statement Of Work. The line item description is as follows for the CLIN 0001 - Purchase and installation of vehicle mounted commercial air condition system for twelve (12) Chevy and One (1) Ford box type vehicles (see attachment for make, year, and models). FOB point is Destination. Submittal of "Or Equal" items are allowed under this solicitation. When quoting an "Or Equal" item, offeror must submit all technical aspects including a breakdown of parts and labor, descriptive literature, specifications, catalogs, etc., along with their quotation, necessary to meet the requirements of this solicitation to be eligible for award. FOB point is Destination. The required start date is 30 day after award and expected to be complete no later than December 31, 2011. PROVISIONS/CLAUSES The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their Quote. FAR 252.204-7004, Central Contractor Registration applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, 52.252-1 Solicitation Provisions Incorporated by Reference, and 525.253-1 Computer Generated Forms (Jan 1991) applies to this solicitation. The clause at FAR 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (May 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _x__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). _x__ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). _x__ (21) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). _x__ (24) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _x__ (25) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). _x__ (27) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _x__ (29) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). _x__ (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) _x__ (35)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). _x__ (36) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010) (E.O. 13513). _x__ (45) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). _x__ (48) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government personnel Work Product, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contrat Modifications, 252.203-7000 Requirements relating to Compensation of former DOD Officials (Jan 2009), 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009), 252.204-7004, Alternate A, 5352.201-9101 Ombudsman, 5352.242-9000, Contractor Access to Air Force Installation. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Team Lead Saundra Diggs (addressed as follows) by obtaining written and dated acknowledgement of receipt from 633rd Contracting Squadron, Attn: Saundra Diggs, 402 Helms Ave, Bldg. 801, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All Quotes shall be e-mailed or mailed to POC Grace Andriliunas at 633rd CONS/LGCA, 402 Helms Ave, Bldg. 801, Langley AFB, VA 23665-2088. EVALUATION OF QUOTE: Quotes will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 15 Aug 2011, 4:00 pm, Eastern Standard Time (EST) to the 633rd Contracting Squadron/LGCA, Attn: Grace Andriliunas, Contract Specialist, Commercial Phone 757-225-1542, E-mail grace.andriliunas@langley.af.mil LATE OFFERS: Offerors are reminded that delivery of Quote/offer prior to the closing date and time will not constitute a timely submission of Quote/offer unless it is received by the government prior to the closing date and time. Quotes or modification of Quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each Quote: Cage Code, DUNS number, Federal Tax Identification Number, Prompt Payment Terms, Delivery Time, and GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Grace Andriliunas, Contract Specialist, Phone: 757-225-1542 grace.andriliunas@langley.af.mil ALT POINT OF CONTACT Linda (ReNee) Chatman Contracting Lead Phone: 757-764-2230 Fax 757-225-7443 Linda.chatman@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-11-Q-GA02-A/listing.html)
 
Place of Performance
Address: Langley AFB, Hampton, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02525797-W 20110810/110808235533-a1f6e03ad3d58d2d97129c01353cf05d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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