SOLICITATION NOTICE
J -- Caterpillar 3516 Generator Maintenance - Statement Of Work
- Notice Date
- 5/26/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9302-16-C-0011
- Archive Date
- 6/22/2016
- Point of Contact
- Thomas A. Prothro, Phone: 6612777018, Falilou T. Diouck, Phone: 6612778454
- E-Mail Address
-
thomas.prothro@us.af.mil, falilou.diouck@us.af.mil
(thomas.prothro@us.af.mil, falilou.diouck@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement Of Work (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 being requested and a written solicitation will not be issued. The simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA9302-16-C-0011 This solicitation is issued as a request for quote (RFQ) (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-88 and DPN 20160510 (v) CLIN Nomenclature CLIN 0001 - PM Level 2 - POP: July 2016 CLIN 0002 - PM Level 5 - POP: July 2016 CLIN 1001 - PM Level 1 - POP: January 2017 CLIN 1002 - PM Level 7 - POP: January 2017 CLIN 1003 - PM Level 2 - POP: July 2017 CLIN 1004 - PM Level 5 - POP: July 2017 CLIN 2001 - PM Level 1 - POP: January 2018 CLIN 2002 - PM Level 3 - POP: January 2018 CLIN 2003 - PM Level 2 - POP: July 2018 CLIN 2004 - PM Level 5 - POP: July 2018 CLIN 3001 - PM Level 1 - POP: January 2019 CLIN 3002 - PM Level 2 - POP: July 2019 CLIN 3003 - PM Level 5 - POP: July 2019 CLIN 4001 - PM Level 1 - POP: January 2020 CLIN 4002 - PM Level 6 - POP: January 2020 CLIN 4003 - PM Level 2 - POP: July 2020 CLIN 4004 - PM Level 5 - POP: July 2020 (vi) Description of items to be acquired *** MUST PROVIDE DOCUMENTATION OF CATERPILLAR CERTIFICATION *** See Attached Statement Of Work for details on requirements for: - PM Level 1 - PM Level 2 - PM Level 3 - PM Level 5 - PM Level 6 - PM Level 7 **Please provide the full solicitation number on all packages** Ship Address to: Edwards AFB, CA 93524 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1200 PST 7 JUNE 2016 via electronic mail to Thomas Prothro at thomas.prothro@us.af.mil and Sam Diouck at falilou.diouck@us.af.mil a. Provide Cage code when submitting quote. (ix) 52.212-2 -- Evaluation -- Commercial Items. (a) 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; - MUST BE ABLE TO SUPPLY DOCUMENTAION OF CATEPILLAR CERTIFICATION. (ii) Price; (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (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. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xii) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items OTHER FAR CLAUSES AND PROVISIONS 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-14 Service Contract Reporting Requirements (Jan 2014) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.212-4 Contract Terms and Conditions--Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Mar 2016) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-3 Convict Labor (Jun 2003) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent Rates for Federal Hire (May 2014) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.222-55 Minimum Wage Under Executive Order 13658 (Dec 2015) 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving (Aug 2011) 52.225-1 Buy American Act--Supplies (May 2014) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act (May 2014) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) (Oct 2015) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008 (use Oct 15 Deviation) Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (12/1/2015 (use Oct Deviation)) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7000 Buy American Statute--Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American and Balance of Payments Program (Nov 2014) 252.225-7020 Trade Agreements Certificate (Nov 2014) 252.225-7020 Alt I Trade Agreements Certificate (Nov 2014) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 5352.201-9101 Ombudsman (Apr 2014) 5352.223-9001 Health & Safety on Government Installations (Nov 2012) 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2016-O0003)(OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law­ Fiscal Year 2016 Appropriations. Include the attached provision in all solicitations, including solicitations for the acquisition of commercial items under FAR part 12, that will use funds made available by the Consolidated and Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing appropriations Act, 2015 (Pub L. 113-235) REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-O00002) (OCT 2015) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 1 13-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. X (End of provision) (xiii) Additional Contract Requirement or Terms and Conditions: N/A (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to Thomas Prothro at thomas.prothro@us.af.mil, Sam Diouck at falilou.diouck@us.af.mil, and Michele Cameron at michele.cameron@us.af.mil. NLT 3 JUNE 2016. Offers are due by 1200 PST 7 JUNE 2016 via electronic mail (xvi) For additional information regarding this solicitation contact: Thomas Prothro at thomas.prothro@us.af.mil, Sam Diouck at falilou.diouck@us.af.mil, and Michele Cameron at michele.cameron@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-16-C-0011/listing.html)
- Place of Performance
- Address: 30 Hoglan Ave, Bldg 1030, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04129983-W 20160528/160526234318-1ec860a834a2985e7d7c21d54ce89439 (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 |