SOLICITATION NOTICE
14 -- Shipping Containers Guided Missiles - Specifications
- Notice Date
- 2/10/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/EBDK - Eglin, 205 West D Ave, Bldg 350 Ste 545, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- RFQ0093BPA
- Archive Date
- 3/18/2016
- Point of Contact
- Emma K. Giordano, Phone: 8508820172
- E-Mail Address
-
emma.giordano@us.af.mil
(emma.giordano@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- BPA Price List SOPGM Shipping Containers NSN with Modifications Specifications The Rapid Acquisition Cell, AF Lifecycle Management Center, Eglin AFB, FL intends to solicit and award a firm fixed price single award Blanket Purchase Agreement (BPA) for an estimated one thousand (1,000) Shipping Containers as listed below. This is a combined synopsis/solicitation for other than commercial items, prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 13.1 and Subpart 13.3, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A Request for Quotation (RFQ) is being requested. RFQ#0093. The North American Industry Classification System (NAICS) code for this acquisition is 336419 with a small business size standard of 1000 employees. Offerors will be required to add this NAICS to their SAM Profile if it is not already there. This is a 100% Small Business set aside; no foreign offers will be considered. Please identify your business size in your response based upon this standard. The requirement consists of the following items: - Procurement of shipping containers for Standoff Precision Guided Munitions (SOPGMs) that meet the attached specification. **A minimum of 50 shipping containers must be delivered by 15 June 2016. **Delivery Dates: Up to 60 shipping containers may be ordered monthly for the duration of one year. The BPA Period of Performance will be one year with an additional one year option. BLANKET PURCHASE AGREEMENT Blanket Purchase Agreement Schedule Clauses (IAW Far 13.303-2 and 13.303-3) 1. Description of Agreement The contractor shall furnish supplies or services, if and when requested by the Contracting Officer or his authorized representative during the period specified in the clause below entitled "Effective Period". Purchase s (which may be referred to as calls) made hereunder may be written or oral. Such calls shall include a description of the supplies or services being ordered; prices therefore; delivery schedule; FOB point; place of inspection and acceptance; preservation, packing and marking requirements; designation of appropriations chargeable together with such other specifics covered elsewhere herein. Supplies or services will be identified on individual purchases issued in accordance with the paragraph above. Individual purchases for supplies or services under this agreement shall be limited to $ TBD. 2. Extent of obligation The government is obligated only to the extent of authorized calls actually placed against this Blanket Purchase Agreement. 3. Purchase Limitation No individual call under this agreement shall exceed $ 150,000.00. The overall BPA limit is $ 3.6M. 4. Individuals Authorized to Place Calls and Dollar Limitations : Individuals authorized to purchase under the BPA: TBD. Call limit per purchase: $ 150,000.00. 5. Delivery Tickets All shipments under this agreement, except those for newspapers, magazines or other periodicals, shall be accompanied by delivery tickets or sales slips which shall contain the following minimum information: (i) Name of supplier (ii) Blanket Purchase Agreement number (iii) Date of Purchase (or Call) (iv) Purchase (call) number (v) Itemized list of supplies or services furnished (vi) Quantity, unit price and extension of each item, less applicable discount (unit prices and extensions need not be shown when incompatible with the use of automated systems: provided, that the invoice is itemized to show this information) and (vii) Date of delivery or shipment. 6. Invoices A summary invoice shall be submitted at least monthly or upon expiration of this Blanket Purchase Agreement, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value and supported by receipt copies of the delivery tickets. Address: TBD. Payments will be made via purchase order. 7. Effective Period This Blanket purchase Agreement is effective from: 1 (one) year from the Contracting Officer's signature date on the front page with an additional 1 (one) year Option. 8. This agreement may be discontinued and/or cancelled upon 30 days written notice by either party. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-85 (04 Dec 2015) and DFARS Publication Notice 20151230 dated 30 Dec 2015. The following clauses are incorporated by reference: FAR 52.203-3 Gratuities FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions FAR 52.203-16 Preventing Personal Conflicts of Interest FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7 System for Award Management FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.213-4 Contract Terms and Conditions - Other Than Commercial Items FAR 52.219-1 Small Business Program Representations FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.247-34 FOB Destination FAR 52.253-1 Computer Generated Forms DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract-Related Felonies 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 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.225-7048 Export Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7007 Limitation of Government's Obligation DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea The following clauses apply to this acquisition and will be incorporated by full text. These clauses may be accessed via the internet at http://farsite.hill.af.mil: FAR 52.213-4 -- Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items) FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2016-O0003) DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2015-O0010) (FY 15) DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2015-O0010) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.209-7998 (Dev) Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law DFARS 252.209-7999 (Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.232-7006 Wide Area Work Flow Payment Instructions DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel AFFARS 5352.201-9101 Ombudsman AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations AFFARS 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel SUBMISSION REQUIREMENTS Use pricing sheet for pricing submissions. No format is provided but the statement MUST address all of the technical evaluation factors. All offers shall be submitted as an email with attachment, to be received no later than 2:30 PM CST, 03 March 2016. Offerors are hereby notified that if a proposal is not received by the date and time, and at the location specified in this announcement, that it will be considered late. Offers by telephone transmitted facsimile (fax) will not be accepted. Send all packages via e-mail to Emma Giordano at Emma.giordano@@us.af.mil Award will be conducted and evaluated under the provisions of FAR Part 13, Simplified Acquisition Procedures. The responsible offerors must be registered in the Systems for Award Management (SAM) database (available at: https://www.sam.gov) system pe r 52.213-4 -- Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items) with their proposal. Lack of registration in SAM will qualify contractor as ineligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/376ca66bb903df5254eaaa2f4738a20d)
- Place of Performance
- Address: Eglin AFB, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN04017058-W 20160212/160210235205-376ca66bb903df5254eaaa2f4738a20d (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 |