SOURCES SOUGHT
25 -- LAAFB Upgrade to Surrey
- Notice Date
- 9/24/2012
- Notice Type
- Sources Sought
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC/PKO, 483 N. Aviation Blvd, El Segundo, California, 90245-2808, United States
- ZIP Code
- 90245-2808
- Solicitation Number
- FA2816-12-T-0008
- Archive Date
- 10/13/2012
- Point of Contact
- Yolanda A. Spears, Phone: 3106535381, Brent Whiteman, Phone: 3106535405
- E-Mail Address
-
yolanda.spears@losangeles.af.mil, brent.whiteman@losangeles.af.mil
(yolanda.spears@losangeles.af.mil, brent.whiteman@losangeles.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- U.S. DEPARTMENT OF DEFENSE U.S. AIR FORCE-SMC/PKO REQUEST FOR QUOTE A. GENERAL INFORMATION The Los Angeles Air Force Base 61st Civil Engineering Logistics Squadron (61CELS) has a requirement to upgrade the Surrey as annotated below. This is a streamlined 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 notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a "Request for Quote". Award will be made to the contractor who is registered in SAM, able to supply a product that meets the specifications set forth in this solicitation, can meet the delivery schedule of 30 days or less After Receipt of Order (ARO), and is the lowest price. All interested parties will be afforded the opportunity to view the Surrey at the LAAFB, on Wednesday, 26 September 2012 between 9:00am and 12:00pm. Please provide Ms Yolanda Spears ( yolanda.spears@losangeles.af.mil ) or Lt Brent Whiteman ( brent.whiteman@losangeles.af.mil ) the name of the company, name(s) of individuals that will be in attendance and date of birth not later than 25 September 2012, 3:00pm. All individuals arriving on base must have a current drivers license, vehicle registration and insurance. No individual will be allowed onto the base without prior coordination from the contracting office. NAICS Code: 811121 Size Standard: $7.0M A Firm Fixed Priced award will be made in accordance with the following Schedule of Supplies: 1. DESCRIPTION/QTY: Vehicle Information: 2012 GLAVAL BUS, GLTITAN 2G -- LT WHITE -- BUS, 13 PAX -- VIN 1GB6G5BL1C1115557 1. Upgraded leather seating (12 and 13 pax). Requires seating to be leveled and adjustable. a. Safety Item - allows seatbelts to fit better. Current seating sinks down into a slope making it easy to slide forward. 2. Possibility of shelving behind driver seat 3. Overhead storage in passenger compartment 4. Mirror tint on passenger windows 5. A/C plug in receptacles on sides of front 2 rows 6. Coat rack in luggage compartment 7. Cup holders in walls - first 2 rows 8. Wood trim, paneling and/or ceiling treatment to improve the interior's presentation 9. Back up camera and screen for driver to monitor their reverse movement. a. Safety item - Current vehicle has no window to look what's behind the vehicle. Additionally, the Surrey has various blind spots. 2. QUOTES ARE DUE 26 SEP 2012 @ 12:00 pm. CST. QUOTES RECEIVED AFTER DUE DATE WILL NOT BE USED IN THE AWARD SELECTION PROCESS. This procurement will be awarded under Simplified Acquisition Procedures. 3. ADDITIONAL INFORMATION: NOTES: a. Include estimated lead-time for production. b. Supplies are for delivery FOB destination. c. Provide Tax ID, Cage Code, DUNS, and Discount Terms. d. Payments will be processed via electronic funds transfer (EFT). e. Contractor is liable for the ACCURACY of submitted quote(s) and for any incurred costs if quote(s) was submitted erroneously. B. CONTRACT TERMS AND CONDITIONS: The following provisions/clauses apply: PROVISIONS INCORPORATED BY REFERENCE 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 (Contractor may use their own format to submit quote) 52.212-2 Evaluation--Commercial Items (Evaluation will be made in accordance with paragraph A) JAN 1999 52.212-3 Offeror Representations and Certifications--Commercial Items (On-line Representations and Certifications will be pulled) MAR 2012 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 PROVISIONS INCORPORATED BY FULL TEXT 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): http://farsite.hill.af.mil/vfdfara.htm (End of Provision) CLAUSES INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FEB 2012 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.222-3 52.222-19 Convict Labor Child Labor -- Cooperation with Authorities and Remedies JUN 2003 JUL 2010 52.222-21 52.222-26 52.222-50 52.223-18 52.225-13 Prohibition of Segregated Facilities Equal Employment Opportunity Combat Trafficking in Persons Encouraging Contractor Policies to Ban Text Messaging While Driving Restrictions on Certain Foreign Purchases FEB 1999 MAR 2007 FEB 2009 AUG 2011 JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.203.7000 252.203-7002 Requirements Relating to Compensation of Former DoD Officials Requirement to Inform Employees of Whistleblower Rights JAN 2009 JAN 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea (Alt 1) MAY 2002 SMC/PKO-1 Wide Area Workflow Instructions (Full instructions will be provided at time of award) CLAUSES INCORPORATED BY FULL TEXT 52.204-99 -- System for Award Management Registration (DEVIATION) Except for awards where the Govemmentwide purchase card (GPC) is used as the method of payment, contracting officers shall include the attached clause 52.204-99, System for Award Management Registration, in lieu of FAR clause 52.204-7, Central Contractor Registration, and DF ARS 252.204-7004, Alternate A, Central Contractor Registration. System for Award Management Registration (August 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2012) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) 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)). (iii) 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 (iv) [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 2010) (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. (End of Clause) 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 https://www.acquisition.gov (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (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) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) C. POINT OF CONTACT: Responses to this request for quote shall be provided in writing via e-mail to: Ms Yolanda Spears, yolanda.spears@losangeles.af.mil Hold Harmless Agreement HOLD HARMLESS AGREEMENT This agreement pertains to the following services: FA2816-12-T-0008 Los Angeles Air Force Base Upgrade of Distinguished Visitor Surrey The contractor hereby acknowledges these services may not be awarded in this or any future fiscal year. The Government reserves the right to award or cancel these services, not later than 30 Sep 12. The contractor hereby agrees to prepare (and revise as needed) a services proposal, engage in negotiations, and perform such other acts as are necessary to prepare the services for award without any liability on the part of the government. Any services price estimate prepared by the contractor on a voluntary basis will be treated as proprietary information and will not be used for any purpose outside the scope of this effort. Proposal prices negotiated will expire at midnight, 30 Sep of the fiscal year in which negotiations take place. After that date, proposal prices may be renegotiated. Contractor's Signature Title ___________________________________ Date
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/61CONS/FA2816-12-T-0008/listing.html)
- Place of Performance
- Address: 483 N. AVIATION BLVD., EL SEGUNDO, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN02895594-W 20120926/120925001242-c0f651d95f5e87e2f0c0ecacab485012 (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 |