Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2018 FBO #6007
SOLICITATION NOTICE

23 -- Hydraulic Trailers - (Draft)

Notice Date
5/3/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Building 29 Suite 2111, Holloman AFB, New Mexico, 88330-7908, United States
 
ZIP Code
88330-7908
 
Solicitation Number
FA4801-18-Q-1055
 
Archive Date
5/23/2018
 
Point of Contact
Caleb L. Wynia, Phone: 5755720662, Robert Widdoss, Phone: 575-572-3575
 
E-Mail Address
caleb.wynia.1@us.af.mil, robert.widdoss.1@us.af.mil
(caleb.wynia.1@us.af.mil, robert.widdoss.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FA4801-18-Q-1055, Hydraulic Trailers Combined Synopsis Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR s ubpart 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. The solicitation FA4801-18-Q-1055 is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is a total small business set aside. The anticipated award will be a firm -f ixed -p rice c ontract, the award will be made based on the lowest price d, technically acceptable offer received. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular 2005-9 6, 06 November 2017. P rovisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The North American Industry Classification System (NAICS) code is 336212. The small business size standard for this code is 1,000 employees. CLIN 0001 Hydraulic drop deck trailers. Able to lower to ground coming to 4° angle. Capacity: 10,000lb. 16'-18'long by at least 75" wide, w/standard Lunette eye hitch to connect to vehicle pintle hitch between 16" and 24" off ground, with a 7,000 lb capacity minium winch mounted in the front of the trailer with a standard cable and gated hook, side swinging tail gate, 24" tie down rails, and Grey paint. CLIN 0002 On Board Power Battery and Solar Charger CLIN 0003 Spare Tire and Carrier CLIN 0004 S hipping All items shall be delivered FOB Destination to Holloman AFB, NM 88330. PROVISIONS/CLAUSES: The following FAR provisions and clauses are applicable to this solicitation: The provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Jan 2017) applies to this acquisition. The following addenda are provided to this provision: Quotes submitted shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, Expected Delivery Date, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-16, Commercial and Government Entity Code Reporting; (Jul 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance; (Jul 2016) FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (Nov 2017) FAR 52.212-4 Contract terms and conditions-Commercial Items (Jan 2017) FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (Jan 2018) The following DFARS provisions and clauses are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; (Sep 2011) DFARS 252.203-7003, Agency Office of the Inspector General; (Dec 2012) 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; (Oct 2016) DFARS 252.211-7003, Item Unique Identification and Valuation, Small Business Subcontracting Plan (DoD Contracts); (Mar 2016) DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; (Nov 2014) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; (Dec 2016) DFARS 252.232-7003, Electronic Submission of Payment Request 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; (Jun 2013) The following AFFARS provisions and clauses are applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman. (Jun 2016) DFARS 252.232-7006, WAWF Payment Instructions (May 2013) a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo)­­­­­ (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4801 Admin DoDAAC FA4801 Inspect By DoDAAC Ship To Code F2ET56 Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, ( e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Receiver/COR: N/A Buyer: Caleb.Wynia.1@us.af.mil Contracting Officer: Robert.Widdoss.1@us.af.mil Additional Contact: John.Diekel.1@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. See Buyer Above __ (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Objective: Invitation to quote price for commercial items. The 49th Contracting Squadron is interested in possibly purchasing commercial items from your company. Please quote your unit price together with your discount for volume purchasing. You MUST also indicate: - Delivery time from receipt of our purchase order to receipt of your shipment; this time frame will be a condition of any purchase order made. - If delivery costs are not included in your quote please state clearly otherwise we will assume they are included and cost will not be added to contract. All price quotations must be firm and state any expiration dates if applicable. This document and any applicable attachments must be returned to Government Point of Contact. Please sign the below as confirmation of your understanding of the terms and conditions outlined above. Name Title Signature Date Points Of Contact Contract Administrator: Caleb L. Wynia, 2d Lt, USAF, Phone: (575) 572-0662, e-mail caleb.wynia.1@us.af.mil Contracting officer: Robert J. Widdoss, GS-12, DAF, Phone: 575-572-3575, e-mail robert.widdoss.1@us.af.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. Questions in regards to this solicitation are due no later than 1200 (12:00 p.m.) Mountain Standard Time by 7 May 2018. Response Time- Request for Quotation will be accepted by email to both point of contacts listed above not later than 1200 (12:00 p.m.) Mountain Standard Time on 8 May 2018. All quotes must be marked with RFQ number and title as well as the following information: Offeror Name: Offeror Address: Offeror Point of Contact: POC Phone: POC Email: Vendor Code: Cage / DUNS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/FA4801-18-Q-1055 /listing.html)
 
Place of Performance
Address: Holloman AFB, Holloman AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN04909728-W 20180505/180503230744-8b1d6adcdc37cd0a3249ffe15b7c7930 (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.