Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2016 FBO #5300
SOLICITATION NOTICE

72 -- Washers and Dryers - Package #1

Notice Date
5/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335224 — Household Laundry Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA251716Q5001
 
Point of Contact
forrest browne, Phone: 7195569287, Aaron C. Farris, Phone: 7195566411
 
E-Mail Address
forrest.browne@us.af.mil, aaron.farris@us.af.mil
(forrest.browne@us.af.mil, aaron.farris@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Submittal Form Price Template and Specifications Attach 1 Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance (IAW) with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation FA2517-16-T-5003 is being 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) 2005-87, as of March 2016. (iv) This procurement is a total small business set-aside. The NAICS code is 335224 Household Laundry Equipment Manufacturing, and the size standard is 1,250 employees. A single award is expected to be made as a result of evaluation of quotes received. (v) Contractor shall utilize the below line item structure when preparing quotes: See Attachment 2, Request for Quote (RFQ) Price Template (vi) Description: The contractor shall provide items and all labor, materials, equipment, and transportation necessary (IAW) Attachment 1, Statement of Work (SOW) and all applicable local, state, and federal laws/regulations. Customer is requesting removal of old appliances and the purchase and installation of new washers and dryers on Peterson AFB, Colorado Springs, CO. See Attachment 1, Statement of Work. (vii) Delivery Date will be within 44 days ADC (includes 14 days to mobilize and conduct site visit) (viii) The provision 52.212-1, Instructions to Offerors/Commercial Items (October 2015) applies to this acquisition. (ix) FAR 52.212-2(a) Evaluation - Commercial Items (Oct 2014), applies to this acquisition. Quotes will be evaluated based upon lowest price technically acceptable. •1. The Government further reserves the right to award without discussion. FAR 52.212-2 -- Evaluation -- Commercial Items (a) The Government expects to 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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Price •2. Factor 1: Technical Capability: (A) Technical capability will be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the quote clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the quote does not clearly meet the minimum requirements of the solicitation. A vendor's quotation will be considered technically acceptable if it quotes Speed Queen Brand Name appliances or an Equal. Quoted items must conform to the quantities, colors, sizes, and functions as defined in Attachment 2. Items must be Energy Star Rated. Quotations that do not meet these requirements will be considered unacceptable and will not be considered for award. (2) Factor 2: Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.4. Offers should be sufficiently detailed to demonstrate their reasonableness. (b) AWARD PROCESS: The Government will first evaluate all quotations on an acceptable/unacceptable basis. Acceptable quotes will then be ranked according to price. The lowest priced offeror who is technically acceptable will receive the award. The award will be made to that offeror without further consideration of any other offerors. •3. (c) A written notice of award or acceptance of the offer, mailed or otherwise furnished to the 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 the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Mar 2016), applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. Completely fill-in and return Attachment 3, Contractor Submittal Form along with your quote. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015), applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Mar 2016) applies to this acquisition. (xiii) Other clauses and provisions that pertain to this award are: FAR 52.204-7 - System for Award Management (Jul 2013) FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 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 (Dec 2014) FAR 52.211-6 - Brand Name or Equal (Aug 1999) FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 - Post-Award Small Business Program Representation (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 (Apr 2015) FAR 52.222-22 - Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-26 - Equal Opportunity (Apr 2015) FAR 52.222-36 - Equal Opportunity for Workers With Disabilities (Jul 2014) FAR 52.222-50 - Combating Trafficking in Persons (Mar 2015) FAR 52.223-5 - Pollution Prevention and Right-to-Know Information (May 2011) FAR 52.223-11 ­­- Ozone-Depleting Substances (May 2001) 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 52.232-33 - 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 52.252-2 - Clauses Incorporated by Reference (Feb 1998) FAR 52.252-6 - Authorized Deviations in Clauses (Apr 1984) DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7004 - Alternate A, System for Award Management (Feb 2014) 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 252.223-7008 - Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7036 - Buy American - Free Trade Agreements - Balance of Payments Program - Alternate I (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 and Commercial Components (DoD Contracts) (Jun 2013) DFARS 252.247-7023 - Transportation of Supplies by Sea-Basic (Apr 2014) AFFARS 5352.201-9101 - Ombudsman (Apr 2014) AFFARS 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) AFFARS 5352.223-9001 - Health and Safety on Government Installations (Nov 2012) AFFARS 5352.242-9000 - Contractor Access to Air Force Installations (Nov 2012) (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition. (xv) All quotes must be received no later than 6 June 2016 at 3:00 PM MST. All quotes must be emailed to the Points of Contact listed below (xvi). If you have any questions, please email to the Points of Contact listed below (xvi) by 5 June 2016 at 3:00 PM MST. During this period, interaction is only allowed with the Contracting Officer and the Contract Specialist. (xvi) Point of Contact : The point of contact for this RFQ will be SSgt Forrest Browne at 719-556-7996. Emails can be sent to forrest.browne@us.af.mil or SSgt Aaron Farris at aaron.farris@us.af.mil Attachments 1. Statement of Work (SOW) dated 21 March 2016 2. Request for Quote (RFQ) Price Template 3. Contractor Submittal Form
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA251716Q5001/listing.html)
 
Place of Performance
Address: Cheyenne Mountain Air Base, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN04130774-W 20160528/160526234952-e55fc0c26ed881bef69383727e6fccdd (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.