Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
SOLICITATION NOTICE

72 -- AFICA FA4484-18-Q-0011 BLAST CURTAINS - MEDICAL - SOW - SFS - Antiterrorism Statement - FAR 52.212-3

Notice Date
8/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314120 — Curtain and Linen Mills
 
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
FA4484-18-Q-0011
 
Point of Contact
Lizbette Zalybniuk, Phone: 6097542420, Ramnarine Mahadeo, Phone: 6097543956
 
E-Mail Address
Lizbette.Zalybniuk.1@us.af.mil, ramnarine.mahadeo.1@us.af.mil
(Lizbette.Zalybniuk.1@us.af.mil, ramnarine.mahadeo.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CLAUSE ATF STATEMENT SECURITY FORCES SOW MEDICAL STATEMENT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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. Solicitation number FA4484-18-Q-0011 is being issued as a Request for Quote (RFQ) using simplified acquisition procedures. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 (effective 20 July 2018) and Defense Federal Acquisition Regulation Supplement 20180629 (effective 29 Jun 2018). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is been issued as a small business set-aside. The North American Industrial Classification System Code is 314120 with a small business size standard of 750 employees. The government intends to issue a fixed priced purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001 - Provide, install, and test six (6) individual blast curtains as well as any/all associated work or all affected areas by the installation of the curtains in accordance with the atttached statement of work. TOTAL PRICE: tiny_mce_marker ___________________________________ QUOTES DUE DATE: All quotes are due no later than 01:00 PM, 14 August 2018. Quotes may be emailed to Lizbette.Zalybniuk.1@us.af.mil, 87th Contracting Squadron, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641. QUOTATION PREPARATION INSTRUCTIONS: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the competitive best value source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical, and (2) Price. ATTACHMENTS: 1. Statement of Work 2. Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors 3. Security Forces Squadron Appendix 4. Antiterrorism statement 5. Health Statement APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Federal Acquisition Regulation 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-20 Predecessor of Offeror 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed Provided by Kaspersky Lab and Other Covered Entities 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation - Commercial Items Addendum to 52.212-2 a. Basis for Contract Award This is a Lowest Price Technically Acceptable (LPTA) award decision conducted in accordance with Federal Acquisition Regulation (FAR) 15, Contracting by Negotiation, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force (AF) FAR Site, http://farsite.hill.af.mil. The Government will select the proposal with the lowest evaluated price from among those meeting the acceptability standards for non-price factors. A contract may be awarded to the offeror who is deemed responsible in accordance with the FAR Part 9.1, as supplemented, whose quote conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is judged to represent the lowest price technically acceptable quote. b. Solicitation Requirements, Terms and Conditions Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or subfactors. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable. c. Technical Factor The Government's technical evaluation team shall evaluate the technical proposals on an acceptable or unacceptable basis. An "Unacceptable" rating will render the entire quote unacceptable and, therefore, unawardable. Technically acceptable is defined as providing documentation that the item offered meets or exceeds the requirements of the statement of work. Offerors who fail to provide this documentation will render their quote unacceptable. 52.212-3 Alt 1Offeror Representation and Certification - Commercial Item (attached) 52.212-4 Contract Terms and Conditions -Commercial Items 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.228-5 Insurance - Work on a Government Installation 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.232-18 Availability of Funds 52.252-1 Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/) 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil/) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System For Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments, 5352.223-9001 Health and Safety on Government Installations 5352.201-9101 Ombudsman The following provisions/clauses are applicable to FAR 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 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. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-18-Q-0011 /listing.html)
 
Place of Performance
Address: BLDG 5646, JB MDL, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN05016836-W 20180803/180801231901-7dafd287e246f9941b05c10795c3897e (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.