SOLICITATION NOTICE
68 -- Dry Runway Deicer
- Notice Date
- 9/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
- ZIP Code
- 62225-5037
- Solicitation Number
- F3S3521186A001
- Archive Date
- 10/5/2011
- Point of Contact
- Laura K. Pecora, Phone: 6182569251, Marcia Wuebbels, Phone: 618-256-9308
- E-Mail Address
-
laura.pecora@scott.af.mil, marcia.wuebbels@us.af.mil
(laura.pecora@scott.af.mil, marcia.wuebbels@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The 375th Contracting Squadron at Scott AFB IL is contemplating an award for the procurement of Dry Runway Deicer for Scott AFB, IL. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3S3521189A001, it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-52 effective 04 Aug 11, and the Defense Federal Acquisition Regulation Supplement DPN 20110819 Edition. (iv) This acquisition is 100% Small Business Set Aside under North American Industry Classification System (NAICS) code 325998. The small business size standard is 500 employees. (v) Contract Line Item Number(s) (CLINS) ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Airport Deicer, Dry 20 BG _______ ________ Airport Deicer, Dry Form 1000kg Bag. Mnf: Cryotech NAAC or equal. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 Dry Form Deicer 6 PL _______ _________ Airport Deicer, Dry Form- 25kg Bags (40 Bags/Pallet) Mnf: Cryotech NAAC or equal. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 Shipping/Handling 1 LO Shipping and Handling/Freight Costs. NET AMT TOTAL FOR ALL ITEM NOS. COMBINED: 0001-003 tiny_mce_marker________________ PROVIDE PRICING ON EACH OF THE ITEM NOS. WITH YOUR RESPONSE TO THIS RFQ. (vi) Description of requirements: The contractor shall furnish dry form airport deicer to Scott AFB, IL. (vii) The Government desires FOB Destination, Scott AFB, IL. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name _________________________________________ 5. CCR Expiration___________________________________________ 6. Payment Terms (net 30) or Discount _____________________________________ 7. Delivery _______________________________________________ 8. Business Type (i.e. small, women-owned, etc.)______________________________ 9. Point of Contact & Phone Number________________________________________ 10. Fax Number _____________________________________ 11. Email address___________________________________________________ 12. FOB (destination or origin) _______________________________________ 13. GSA number, if applicable to this requirement ___________________________ TECHNICAL CAPABILITY INFORMATION: Provide details of your firms ability to provide the products offered. This information will be used to determine the technical acceptability of the products offered. (ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criteria are: LOWEST PRICE TECHNICALLY ACCEPTABLE. (x) Offerors must include with their proposal a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and DFAS 252.212-7000, Offeror Representations and Certification, Commercial Items with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (AUG 2011). The following additional FAR clauses apply to this acquisition: FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim (xiii) The following provisions and clauses also apply and, in accordance with FAR 52.252-1 and FAR 52.252-2 are incorporated by reference: FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.223-5, Pollution Prevention and Right-To-Know FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.247-34, F.O.B. Destination DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act - 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 AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations FAR 52.252-1, Solicitation Provision 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): http://farsite.hill.af.mil FAR 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): http://farsite.hill.af.mil AFFARS 5352.201-9101, OMBUDSMAN (Apr 2010) 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 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, concerned parties may contact the Center/MAJCOM ombudsmen, Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DOD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DOD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DOD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com (xv) QUOTES ARE DUE TO Scott AFB, IL NO LATER THAN 12:00 P.M. CST on 20 Sep 11. (xvi) Quotes are due to: By mail: 375 CONS/LGCB Attn: Laura Pecora 201 E Winters St, Bldg 50 Scott AFB IL 62225-5015 By fax: 618-256-2174 Attn: Laura Pecora By email: laura.pecora@scott.af.mil The point of contact for this acquisition is Laura Pecora: phone 618-256-9251; fax 618-256-2174; e-mail laura.pecora@scott.af.mil. In the event this individual is not available, contact Ms. Marcia Wuebbels: phone 618-256-9308; fax 618-256-2174; e-mail marcia.wuebbels@scott.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/F3S3521186A001/listing.html)
- Place of Performance
- Address: 201 E. Winters, Bldg 50, Scott AFB, Illinois, 62225, United States
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN02574473-W 20110915/110914000601-3c3aae1b138797d9abd46e6c380bd5e6 (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 |