Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2016 FBO #5216
SOLICITATION NOTICE

61 -- Switchgear - Request for Quote

Notice Date
3/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3E35362AW01
 
Archive Date
3/30/2016
 
Point of Contact
Max T. Wazny, Phone: 843-963-7744, Tarha A. Burchell, Phone: 843-963-5168
 
E-Mail Address
max.wazny@us.af.mil, tarha.burchell.2@us.af.mil
(max.wazny@us.af.mil, tarha.burchell.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for quote for switchgear - F1M3E35362AW01 COMBINED SYNOPSIS/SOLICITATION (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E35362AW01 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85, Dated 26 February 2016. (iv) This acquisition is total small business set-aside. The NAICS code is 335313 with a size standard of 750 employees. (v) Offerors shall submit a lump sum quote to provide one (1) each 15kV/600 amp pad-mounted, dead-front switchgear to Joint Base Charleston - Air Base (JB CHS - AB), SC. All responsible sources may submit a quote, which shall be considered. (vi) The contractor will be responsible for providing all labor, and any applicable materials, equipment and services necessary to provide one (1) each 15kV/600 amp pad-mounted, dead-front switchgear for the Civil Engineering Squadron (CES) at Joint Base Charleston - Air Base (JB CHS-AB). The switchgear, at minimum, shall meet identified specifications (see Request for Quote (RFQ) document), and shall conform to standard commercial/industry safety standards. (vii) Delivery shall be complete within 14 weeks or less after receipt of award. FOB: Destination. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors - Commercial. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1. Price. The Government will evaluate the total price of the offer for award purposes; and 2. Technical capability of the training offered to meet the Government requirement. All contractors shall submit sufficient technical information to allow the government to evaluate and determine the proposal to be acceptable. The Government will award a contract to the lowest priced technically acceptable offer. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O00019)(Feb 2016) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (xiii) The following additional clauses are applicable to this procurement: • FAR 52.204-7, System for Award Management • FAR 52.211-6, Brand Name or Equal • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post-Award Small Business Representation • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.253-1 Computer Generated Forms • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101 OMBUDSMAN (APR 2015) (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 interested 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, the interested party may contact the ombudsman, Mr. Gregg Oneal, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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) • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 15 March 2016 no later than 2:00 PM EST. Requests should be marked with solicitation number F1M3E35362AW01. (xvi) Address questions to SrA Max Wazny, Contracting Specialist, at (843) 963-7744, fax (843) 963-5183, email max.wazny@us.af.mil or TSgt Tarha Burchell, Contracting Officer, Phone (843) 963-5168, email tarha.burchell.2@us.af.mil For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php) Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E35362AW01/listing.html)
 
Place of Performance
Address: JB Charleston - Air Base, JB Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04038376-W 20160305/160303235252-2bfa2315ef79f67c783272f92a0792c3 (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.