Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2013 FBO #4254
SOLICITATION NOTICE

35 -- SIB Bristles - Attachment 1 Pricing Schedule/Attachment 2 WAWF Instructions/Attachment 3 Brand Name Letter

Notice Date
7/16/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-13-T-0041
 
Archive Date
8/8/2013
 
Point of Contact
Jarrett Paul Middleton, Phone: 907-552-7174
 
E-Mail Address
jarrett.middleton@us.af.mil
(jarrett.middleton@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 Brand Name Letter Attachment 2 WAWF Instructions Attachment 1 Pricing Schedule COMBINED SYNOPSIS/SOLICIATION ‘COMBO': SIB Bristles (i) 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. (ii) Solicitation FA5000-13-T-0041 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68 effective 26 Jun 2013. The DFARS provisions and clauses are those in effect to DPN 20130705 effective 05 Jul 2013. The AFFARS provisions and clauses are those in effect to AFAC 2013-0327 effective 27 March 2013. (iv) This is a small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 333120 with a small business size standard of 750 employees. (v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete the Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: Svenska Industri Borstar/Swedish International Brush (SIB) Oshkosh (MB) snow broom bristles: Part Number: SIB/MB-18/28-05. Two (2) brooms per set: 1 Set = 1 Each Quantity: 52 Each (vii) Delivery shall be FOB Destination with a shipping period no longer than 120 days ARO. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: 9361 Johnson Ave Joint-Base Elmendorf Richardson, Anchorage AK, 99506 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Feb 2012) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts: Part I - Technical Acceptability and Part II - Price Proposal. Technical Acceptability and Price Proposals shall not exceed ten (10) pages; copies of technical certifications shall not be included in the page count of proposals Reps/Certs shall be IAW para (x) below. 2. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. 3. Specific Instructions: a. PART 1- TECHNICAL ACCEPTABILITY - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. PART 2- PRICE - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages. 4. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable, IAW FAR 15.101-2. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications above. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 5. System for Award Management Registration. (1) Definitions. As used in this section- "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- (i) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (ii) 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- (i) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (ii) The Contractor's CAGE code is in the SAM database; and (iii) 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- (i) Data collected from prospective federal awardees required for the conduct of business with the Government; (ii) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (iii) 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. (2) (i) 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. (ii) 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. (iii) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (3) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (i) A contractor may obtain a DUNS number- (A) 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 (B) 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. (ii) The Contractor should be prepared to provide the following information: (A) Company legal business name. (B) Tradestyle, doing business, or other name by which your entity is commonly recognized. (C) Company physical street address, city, state and Zip Code. (D) Company mailing address, city, state and Zip Code (if separate from physical). (E) Company telephone number. (F) Date the company was started. (G) Number of employees at your location. (H) Chief executive officer/key manager. (I) Line of business (industry). (J) Company Headquarters name and address (reporting relationship within your entity). (4) Reserved. (5) 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. (6) 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. (7) (i) (A) 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- (aa) Change the name in the SAM database; (bb) Comply with the requirements of subpart 42.12 of the FAR; and (cc) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (B) 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. (ii) 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. (8) 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. 6. Debriefing- (FAR 15.506) If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: (1) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price (2) The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated IAW FAR 15.304(c)(3)(iii). Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above and the following: Minimum Qualifications: The bristle replacement sections shall be no more than 33 inches in length and all sections shall be of the same length. They shall be made of a molded reinforced plastic designed to eliminate and guarantee against distortion of the cassette section. There shall be a polyurethane formed (molded) cup, which extends up the length of the tuft no less than three inches for support. This formed cup shall have vertical risers of the same material to hold the upper rings of polyurethane in place and strengthen the cup. The cups shall be molded in a way that every four cups are interconnected from the base to the top of each cup by the same polyurethane material that the cups are made of. The distance between the center of each cup shall be a maximum of 41.5 mm. Each tuft shall consist of 140 pieces of zinc coated steel wires with a quality grade of "C". The wires shall be electro-galvanized, hard drawn crimped steel and exhibit a high fracture resistance, bent in a "U" shape and held in place "in the cup" by a 1/8 inch diameter steel rod that runs the full length of each cassette section. Each cassette section shall contain 20 tufts of.045mm wires as described above. The bristles shall be suitable for use in temperatures seen at the altitude of the airport (sea level) and be guaranteed for a period of one year and one full use of the bristles down to the maximum wear. The length of each tuft shall be 11 inches from the top of the cassette strip to the tip of the wire bristles. These replacement cassettes shall be guaranteed to fit in the SIB core properly and have the OEM approval to not void the warranty on the core, which is five (5) years from the date the runway broom was placed in service. They shall also be guaranteed to not void the sweeper manufacturer's warranty, as any damage to the core may cause damage to the drive system and frame work of the sweeper. The cassettes shall be designed to eliminate any possibility of the bent wire tufts from distorting the cassettes during storage that could be up to two years. The supplier shall guarantee that this distortion will not occur. Each set shall consist of the proper amount of cassette sections to fill the entire core. The reinforcement between the cups adds rigidity to all four of the cups / tufts which will reduce the bending movement while sweeping and give a better flicking action. The distance between the tufts is important for better sweeping action at full angle and most important when the broom head is at less than full angle. Specifications for SIB Cassette Cores For Use on Any Broom The cores used on this broom shall be of the cassette style. The design shall allow easy replacement of worn bristles and replacement with new. The core shall be primarily manufactured from aluminum to reduce weight, yet have the strength necessary to perform as needed under normal conditions.The core shall have plastic wear inserts inside each track to eliminate any wear to the body (structure) of the core itself. These plastic wear inserts shall be easily replaceable-snap in design. The core (s) shall be dynamically balanced and designed to eliminate bouncing and vibration.The design of the core shall be such that the tip to tip bristle diameter will be approx. 46 inch +/- ½ inch. There shall be 20 rows of bristles equally spaced.The cores shall be warranted for a period of five (5) years from date of in-service. The cores shall be a proven design with a minimum of 10 cores in use for a period of no less than five (5) years with a minimum of 2000 hours of use on at least six (6) units. (3) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Each offeror shall include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items (Apr 2011), and the provision DFARS 252.212-7000 (Jun 2005), Offeror Representations and Certifications--Commercial Items, or ensure the Representations and Certifications are updated at www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jan 2013), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Sep 2006 FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Oct 1995 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Aug 2012 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Dec 2010 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations May 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-8 Utilization of Small Business concerns Jan 2011 FAR 52.219-14 Limitations on Subcontracting Nov 2011 FAR 52.219-28 Post Award Small Business Program Representation Apr 2012 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor-Cooperation With Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-35 Equal Opportunity for Veterans Sep 2010 FAR 52.222-36 Affirmative action for Workers w/ Disabilities Oct 2010 FAR 52.222-37 Employment Reports on Veterans Sep 2010 FAR 52.222-50 Combating Trafficking in Persons Feb-2009 FAR 52.222-54 Employment Eligibility Verification Jul-2012 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels Feb 2006 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.204-7011 Omnibus Clause: Alternative Line Item Structure Sep 2011 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.212-7000 Offeror Reps & Certs-Commercial Jun 2005 DFARS 252.215-7008 Only One Offer Jun 2012 DFARS 252.223-7008 Prohibition of Hexavalent Chromium May 2011 DFARS 252.225-7000 Buy American - Balance of Payments Program Certificate Jun 2012 DFARS 252.225-7001 Buy American and Balance of Payments Program Jun 2012 DFARS 252.225-7012 Preference for Certain Domestic Commodities Jun 2012 DFARS 252.232-7003 Electronic Submission of payment Requests and receiving reports Jun 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for equitable adjustments Mar 1998 DFARS 252.246-7003 Notification of Potential Safety Issues Jan 2007 DFARS 252.247-7023 Transportation of Supplies by Sea May 2002 AFFARS 5352.201-9101 Ombudsman Nov 2012 (xiii) The local clause "WAWF Instructions" is located as Attachment 2. (xiv) N/A (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: CPT Ryan DeBonis, via e-mail: ryan.debonis@us.af.mil. Please forward all questions to CPT Ryan DeBonis at ryan.debonis@us.af.mil no later than 12PM Alaska Standard Time on 19 July 2013. An amendment will be issued answering all questions received, providing the Government's answers. Quotes are due no later than 12PM Alaska Standard Time on 24 July 2013; quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. Part 2- Price - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages. BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. (xvi) Quotations and any questions shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: CPT Ryan DeBonis, via fax to 907-552-7496 or e-mail: ryan.debonis@us.af.mil. E-mail is preferred. If quote is sent via fax please confirm via email that the quote has been received. List of Attachments: • Attachment 1: Pricing Schedule • Attachment 2: WAWF Instructions Solicitation # FA5000-13-T-0041 Attachment 1 1 Page Line Item Description Quantity Unit of Issue Unit Price Extended Price 0001 Svenska Industri Borstar/Swedish International Brush (SIB) Oshkosh (MB) snow broom bristles: Part Number: SIB/MB-18/28-05. 52 Each (1 Set = 1 Each) TOTAL Shipping costs to JBER, AK 99506 MUST be included within CLIN 0001 (if $0.00, please specify) Offers are hereby good for a minimum of 30 days from this Solicitation's closing date. Offerors may, at their discretion, provide additional time. This offer expires on _______________. Offerors shall complete the following: Delivery Date: Net Terms: Business Size: (Please "X" as applicable) Small DUNS #: Large Women-Owned Veteran-Owned Other:______________________ Printed Name/Title: Printed Name Title Signature/Date: _____/_____/______ Signature Date NOTE: The individual signing must be a signatory official for this Entity; signature constitutes agreement to all terms/conditions contained within this solicitation. Page 1 of 1 Solicitation # FA5000-13-T-0041 Attachment 2 1 Page G-201 SUBMIT INVOICES ELECTRONICALLY Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. Before using WAWF, ensure your company's Electronic Business POCs listed in System for Award Management (SAM) are the same individuals that will invoice through WAWF. If they aren't, changes can be made to your company's SAM profile at www.sam.gov. Click on "Update" or "Renew" using "TPIN". SAM customer support can be reached at 1-866-606-8220. If your company's electronic business POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@csd.disa.mil and ask to establish a group for your company's CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800)-756-4571. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor.. The contractor shall create the following: "Receiving report combo for supplies or combination of supplies & services THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5000 ADMIN DODAAC: FA5000 INSPECT BY DODAAC: XXXXXX SERVICE ACCEPTOR: XXXXXX "SHIP TO" DODAAC: XXXXXX PAY OFFICE DODAAC: XXXXXX Please send all additional emails to all listed below: EMAIL POINT OF CONTACT LISTING Ryan.debonis@us.af.mil SERVICE ACCEPTOR/INSPECTOR CONTACT ADMINISTRATOR Page 1 of 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-13-T-0041/listing.html)
 
Place of Performance
Address: JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03117723-W 20130718/130716235231-0076ff6a3e5c1cdb02015938a61f69d3 (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.