Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2013 FBO #4249
SOLICITATION NOTICE

17 -- ESG Airfield Matting Kits (F74, F90 and F69 Kits) - Combined Synopsis

Notice Date
7/11/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESG - Enterprise Sourcing Group, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
F4ATA73162A002
 
Archive Date
8/28/2013
 
Point of Contact
Mark A. Waithe, Phone: 8502836113, Joseph Willard, Phone: 850-283-6983
 
E-Mail Address
mark.waithe@tyndall.af.mil, joseph.willard.1@tyndall.af.mil
(mark.waithe@tyndall.af.mil, joseph.willard.1@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2- AM2 Certification Attachment 1- Item Breakdown Combined Synopsis **** A copy of the combined synopsis will be attached as a word document**** DESCRIPTION OF REQUIREMENT: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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 is a Request for Quote (RFQ) and the solicitation number is F4ATA73162A002. The 772 ESS/PKH Contracting Squadron, Tyndall AFB, Florida, requires the following: F71 AM-2 Kits, F72 AM-2 Kits, F60 AM-2 Kits, and Towing Kits. DESCRIPTION OF REQUIREMENT: The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-66 effective 1 Apr 2013, Defense Federal Acquisition Regulation DCN 20130419 effective 19 Apr 2013, and Air Force Federal Acquisition Regulation AFAC 2013-0327 effective 27 March 2013. This acquisition is a 100% Total Small Business Set-Aside under the North American Industry Classification System Code (NAICS) is 336413, Other Aircraft and Auxiliary Equipment Manufacturing. The business size standard 1000 employees. A firm fixed price contract will be awarded. The contract will be awarded with multiple Contract Line Item Numbers (CLINs). All interested parties must bid on all items. See below for the breakdown. Please note the delivery requirements are FOB Destination. CLIN Description QTY Unit of Issue 0001 F74 AM-2 Kits 3 Each Model# 627062-1 Brand Name or equal See attachments 1 & 2 0002 F90 AM-2 Kits 3 Each Model#628302-1 Brand Name or equal See attachments 1 & 2 0003 F69 AM-2 Kits 2 Each Model# 627094-1 Brand Name or equal See attachments 1 & 2 BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. The lowest price quote received will be sent to a technical advisor/expert for compatibility/functionality evaluation. To be determined technically acceptable, the proposal must adhere to the requirements listed in Attachment 2, AM-2 Certification. Any offer deemed technically unacceptable, will be eliminated from competition. The Government also reserves the right to make no award at all. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due Tuesday, 13 August 2013, by 12:00 p.m. (central time). Any questions shall be submitted NLT 29 July 2013, by 12:00 p.m. (central time). Submit offers or questions to the Contract Specialist mark.waithe.gy@usf.af.mil phone number 850-283-6003 AND the Contracting Officer joseph.willard@us.af.mil phone number 850-283-6983. Email is the preferred method. DELIVERY ADDRESS: Delivery of items will be sent to AFCEC Readiness, 139 Barnes Drive, Suite 1, Tyndall AFB, FL 32403. All items must be delivered no later than 180 days after contract award. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12 Limitation on Payments to influence Certain Federal Transactions FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7 Central Contractor Registration FAR 52.211-6, Brand name or Equal FAR 52.211-17 Delivery of Excess Quantities FAR 52.212-1, Instruction to Offerors-Commercial Items FAR 52.212-4, Contract Terms and Conditions FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certificates FAR 52.229-3 Federal, State and local taxes FAR 52.232-1 Payments FAR 52.232-8 Discounts for Prompt Payment FAR 52.232-11 Extras FAR 52.232-17 Interest FAR 52.242-13 Bankruptcy FAR 52.246-16 Responsibility for Supplies FAR 52.247-34, F.O.B. Destination FAR 52.211-6 Brand Name or Equal The following FAR Provisions and clauses apply to this solicitation and are incorporated in full text: FAR 52.207-4 Economic Purchase Quantity- Supplies FAR 52.209-5 Certification Regarding Responsibility Matters FAR 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered or it must be completed with the System for Award Management System. See https://www.sam.gov for online submittal) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest; FAR 52.219-6 Alt 1, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitation on Subcontracting; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.212-2, Evaluation-Commercial Items FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.222-22 Previous Contracts and Compliance Report FAR 52.222-25 Affirmative Action Compliance FAR 52.233-2, Service of Protest FAR 52.252-1 Solicitation Provisions Incorporated by Reference (fill-in: http://farsite.hill.af.mil/vffara.htm) FAR 52.252-2, Clauses Incorporated by Reference (fill-in: http://farsite.hill.af.mil/vffara.htm) FAR 52.252-5 Authorized Deviations in Provisions. [fill-in: 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 date of the clause.] The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by full text: DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of government personnel work product DFARS 252.204-7008, Export Controlled Items DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting With Firms That Are owned or Controlled by the Government of a Terrorist Country DFARS 252.209-7995, Representation by Corporations Regarding an Unpaid Deliquent Tax Liability or a Felony Convictions Under Any Federal Law- Fiscal Year 2013 Appropriations (offerors must submit a copy of this clause completed with their proposal) DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD; DFARS 252.225-7001 Buy American Act; DFARS 252.225-7012, Preference for Certain Domestic Commodities ; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Request for Equitable Adjustment; DFARS 252.247-7023, Transportation of Supplies by Sea; DFARS 252.225-7000, Buy American Statute-Balance of Payments Program Certificate DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications. DFARS 252.243-7002, Requests for Equitable Adjustment. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses and provisions apply and incorporated in full text: 5352.201-9101, Ombudsman (a) 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, Director, Enterprise Sourcing Group, HQ AFMC/ESG, 1940 Allbrook Dr Bldg 1, Wright Patterson AFB, Ohio 45433, 937-257-8980; facsimile 937-257-7791. 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. (End of clause) List of Attachments: Attachment 1- Items Breakdown Attachment 2- AM2 Certification
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/edfdc76f6bc0961c090b9be5613c9b18)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03114456-W 20130713/130711235808-edfdc76f6bc0961c090b9be5613c9b18 (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.