MODIFICATION
K -- Port Addition to Mumbo Vacuum Chamber - Questions and Answer 24 Aug 12
- Notice Date
- 8/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KBAD2151A005
- Archive Date
- 9/11/2012
- Point of Contact
- Rafaela Kovacs, Phone: 505-846-7691
- E-Mail Address
-
rafaela.kovacs@kirtland.af.mil
(rafaela.kovacs@kirtland.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Question and Answer 24 Aug 12 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 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. This requirement is set aside for small business. The NAICS Code for this synopsis/solicitation is 333911, Size Standard 500 employees. Solicitation/Purchase Request number F2KBAD2151A005 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60 effective 26 July 2012. The Government intends to award one (1) contract for Line Item Number CLIN 0001: 16" port addition to mumbo vacuum at contractor facility Please reference attachment for Statement of Work. FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 8 weeks after receipt of vacuum chamber OR OPTION 1001: 16" port addition to mumbo vacuum on-site at Kirtland Air Force Base The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, [in paragraphs (b) and (c) the following clauses apply: 52.219-4, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-18, 52.225-13, 52.232-33, 52.222-51] FAR 52.215-1, Instructions to Offerors - Competitive Acquisition FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.222-48, Exemption from Application of Service Contract Act Provisions - Contractor Certification FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.245-1, Government Property FAR 52.246-4, Inspection of Services - Fixed Price FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price)(Short Form) DFARS 252.203-7002, Requirement ot Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFAR 252.204-7003, Control of Government Personnel Work Product DFAR 252.204-7004 Alt A, Central Contractor Registration DFARS 252.211-7003 Alt I, Item Identification and Valuation DFARS 252.211-7007, Reporting of Government-Furnished Equipment in the DoD Item Unique (IUID) Registry DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [in paragraphs (b) and (c) the following clauses apply: 252.203-7000, 252.225-7001, 252.232-7003, 252.237-7010, 252.247-7023 Alt III] DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American-Balance of Payments Program Certificates. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property DFARS 252.245-7002, Reporting Loss of Government Property DFARS 252.245-7003, Contractor Property System Management Administration DFARS 252.245-7004, Reporting Reutilization and Disposal AFFARS 5352.201-9101, Ombudsmen The following provisions and clauses in full text apply to this procurement: FAR 52.252-1, Solicitation Provisions Incorporated by Reference 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 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 5352.223-9001, Health and Safety on Government Installations (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. 5352.242-9000, Contractor Access to Air Force Installations (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 police 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 copy of contract 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 [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] 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. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of lowest price technically acceptable. All offers for CLIN 0001 will be reviewed for technical acceptability. All offers for OPTION 1001 will be reviewed for technical acceptability. After reviewing all offers, the government will determine whether to award against CLIN 0001 or Option 1001. Price will be evaluated second. In accordance with FAR 13.106(b)(1) offerors are notified that each may be required to provide documentation supporting price, cost and/or cost realism supporting the quoted prices. Failure to furnish supporting documentationexpressly requested and necessary for the agency to perform price, cost and/or cost realism analysis is grounds to reject the quote. Quotes may be E-mailed (preferred) to rafaela.kovacs@kirtland.af.mil or mailed to AFNWC/PKOA, ATTN: Rafaela Kovacs, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-22, Kirtland AFB., NM 87117, or faxed to (505) 846-2150 ATTN: Rafaela Kovacs. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number of invoice will be required to inquire status of your payment. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered you may do so through the SAM website at http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD2151A005/listing.html)
- Place of Performance
- Address: Kirtland Air Force Base, Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02855095-W 20120826/120825001011-d1097af8bdec0a2bc1e51c68518069b7 (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 |