SOLICITATION NOTICE
35 -- Quarter Master Laundry Chemicals - Attachment 6 DFARS 209-7992 - Attachment 1 Pricing Schedule - Attachment 2 Or Equal Specifications - Attachment 3 Partial Brand Name - Attachment 4&5 DFARS 203-7998-9
- Notice Date
- 1/6/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325611
— Soap and Other Detergent 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
- FA5000-16-T-0011
- Archive Date
- 2/5/2016
- Point of Contact
- Alyanna M. Baylon, Phone: 317-552-7170
- E-Mail Address
-
alyanna.baylon@us.af.mil
(alyanna.baylon@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DFARS 20-7998-9 Partial Brand Name Or Equal Specifications Pricing Schedule DFARS 209-7992 COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Chemicals/Supplies for JBER Laundry Facility (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; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation FA5000-16-T-0011 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 FAC 2005-83 effective 01 Nov 2015. The DFARS provisions and clauses are those in effect to DPN 20151130, effective 30 Nov 2015. The AFFARS provisions and clauses are those in effect to AFAC 2015-1001, effective 01 Oct 2015. (iv) This requirement is solicited under ‘Full and Open, unrestricted' competition. This is a "partial brand name only" procurement. The North American Industrial Classification System (NAICS) code associated with this procurement is 325611 with a small business size standard of 750 employees. (v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete 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: See Attachment 1: Pricing Schedule (vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Joint Base Elmendorf-Richardson, Anchorage, Alaska, 99506 (viii) FAR 52.212-1 Instructions to Vendors -- Commercial Items (October 2015) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of quotation, the vendors must follow the instructions contained herein. The quotation must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information 3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications in Attachment 1. Price and technical acceptability will be considered. 4. Brand name or equal. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must: a. Clearly identify the item by brand name, and make or model number; b. Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer proving it will meet the salient physical, functional, or performance characteristic specified in this solicitation c. Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical acceptability (ii) Price; Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor'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. Quotes 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, is defined as meeting following criteria: Minimum Qualifications: Contractor must be able to provide the products described herein (see Attachment 1.) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision) (x) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Nov 2015), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), 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 (Dec 2015), 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2015 FAR 52.204-16 Commercial and Government Entity Code Reporting Jul 2015 FAR 52.204-18 Commercial and Government Entity Code Maintenance Jul 2015 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Aug 2013 FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations May 2012 FAR 52.217-8 Option to Extend Services Nov 1999 FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post-Award Small Business Program Rerepresentation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor -- Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Equal Opportunity for Workers With Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 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 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management Jul 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 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 252.203-7005 Representation Relating To Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7011 Alternative Line-Item Structure Sep 2011 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013 DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors Feb 2014 DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2013 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.225-7001 Buy American and Balance of Payments Program Dec 2012 DFARS 252.225-7035 Buy American-Free Trade-Balance of Payments Program Certificate Nov 2014 DFARS 252.225-7036 Buy American-Free Trade-Balance of Payments Program Nov 2014 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS 252.247-7023 Transportation of Supplies by Sea Apr 2014 AFFARS 5352.201-9101 Ombudsman Apr 2014 (xiii) N/A (xiv) N/A (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to: 673d Contracting Squadron/LGCC, Attn: A1C Alyanna Baylon, via fax to 907-552-7946 or e-mail: alyanna.baylon@us.af.mil. E-mail is preferred. Please forward all questions to A1C Alyanna Baylon at alyanna.baylon@us.af.mil no later than 2:00 PM Alaska Standard Time on Thursday, 14 January 2015. An amendment will be issued answering all questions received, providing the Government's answers. Quotes are due no later than 12:00 PM Alaska Standard Time on Friday, 21 January 2015; your quote shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information. BASIS OF CONTRACT AWARD: This is a competitive action in which award will be made to the lowest priced, technically acceptable quote. (xvi) Quotes shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: A1C Alyanna Baylon, via fax to 907-552-7946 or e-mail: alyanna.baylon@us.af.mil. E-mail is preferred. For information regarding this solicitation, contact A1C Alyanna Baylon at (907) 552-7170. List of Attachments: • Attachment 1: Pricing Schedule, (27 pages) • Attachment 2: Or Equal Specifications (4 pages) • Attachment 3: Partial Brand Name Letter, (2 pages) • Attachment 4: DFARS 252.203-7998, (2 pages) • Attachment 5: DFARS 252.203-7999, (1 page) • Attachment 6: DFARS 252.209-7992, (3 pages)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-16-T-0011/listing.html)
- Place of Performance
- Address: JBER, Alaska, United States
- Record
- SN03984114-W 20160108/160106234549-c279d2ecdd8ca0e4f340a2f99f62c790 (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 |