SOLICITATION NOTICE
39 -- Brass Deformer - Antiterrorism Statement - SOW - Sec Forces Appendix
- Notice Date
- 4/4/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333922
— Conveyor and Conveying Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
- ZIP Code
- 08641
- Solicitation Number
- F3A3Q67353AW01
- Archive Date
- 5/1/2018
- Point of Contact
- Clayton R Hill, Phone: 6097544791, Joe Molina, Phone: 6097542430
- E-Mail Address
-
Clayton.hill.1@us.af.mil, joe.molina@us.af.mil
(Clayton.hill.1@us.af.mil, joe.molina@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Security Force Appendix Statement of Work Antiterrorism Statement This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-18-Q-0069 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, effective 06 Nov 17 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20171228 dated 28 Dec 17. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as 100% Small Business Set Aside. The North American Industrial Classification System Code is 333922 - Conveyor and Conveying Equipment Manufacturing with a small business size standard of 500 employees. The government intends to issue a firm fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001 - Brass Deformer IAW performance schedule dated April 4, 2018 QTY: 1 ea CLIN 0001: TOTAL: $ __________________ CLIN 0002 - Delivery QTY: 1 ea CLIN 0002: TOTAL: $__________________ Quotes are due on: Refer to FBO Post Quotes will be submitted to: A1C Clayton Hill (clayton.hill.1@us.af.mil) APPLICABLE CLAUSES/PROVISIONS: FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-1, Approval of Contract FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-17, Ownership of Control of Offeror FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-20, Predecessor of Offeror FAR 52.207-4, Economic Purchase Quantity-Supplies FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.212-1, Instructions to Offerors, Commercial Items ADDENDUM TO 52.212-1: Award will be made to the lowest priced technically acceptable offeror FAR 52.212-2, Evaluation - Commercial Items ADDENDUM TO 52.212-2: To be technically acceptable the offeror must provide the required salient charactersitics outlined in the performance work statement. Offerors who do not provide the required documentation will be rated as technically unacceptable and their offer will be un-awardable. FAR 52.212-3 Alt 1, Offerors Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. FAR 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.216-1, Type of Contract FAR 52.219-1, Small Business Program Representation FAR 52.225-2, Buy American Certificate FAR 52.223-3, Hazardous Material Identification and Material Safety Data FAR 52.223-6, Drug-Free Workplace FAR 52.232-1, Payments FAR 52.232-11, Extras FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract ClaimFAR 52.243-1, Changes--Fixed Price FAR 52.246-1, Contractor Inspection Requirements FAR 52.247-12, Supervision, Labor, or Materials FAR 52.247-15, Contractor Responsibility for Loading and Unloading FAR 52.247-17, Charges FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representations Relating to Compensation for Former DoD Officials DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions AFFARS 5352.201-9101, Ombudsman. The following provisions and clauses are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-3, Convict Labor 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction. 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3, Buy American -- Free Trade Agreements -- Israeli Trade Act. 52.225-13, Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.222-55, Minimum Wages under Executive Order 13658 ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an offeror ineligible for award. Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. ATTACHMENTS: 1. SOW 2. Joint Base McGuire-Dix-Lakehurst Security Forces Appendix 3. Anti-Terrorism Statement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/F3A3Q67353AW01/listing.html)
- Place of Performance
- Address: McGuire AFB, New Jersey, 08641, United States
- Zip Code: 08641
- Zip Code: 08641
- Record
- SN04878220-W 20180406/180404231338-3e107d8465e8fa53e9ec2a38fb8bf71c (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 |