Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2018 FBO #6099
SOLICITATION NOTICE

42 -- Shoring Equipment - Safety

Notice Date
8/3/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
F2U3148178AW01
 
Archive Date
9/16/2018
 
Point of Contact
Valerie Wilson, Phone: 6238563449
 
E-Mail Address
valerie.wilson.2@us.af.mil
(valerie.wilson.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Shoring Equipment Contract Specialist: SMSgt Valerie L. Wilson 1. This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. ***NOTE*** All instructions, templates and formats contained herein shall explicitly be adhered to; otherwise, a quote is determined to be incomplete and shall not be considered for award. 2. Solicitation Number: F2U3148178AW01 3. This Synopsis/Solicitation is issued as a Request for Quote (RFQ) 4. Provisions and clauses in effect through Federal Acquisition Circular FAC 2005-99 5. A notice regarding any set-aside: Total Small Business Set Aside 6. NAICS Code: 237310 7. Small Business Size Standard: $36.5 Million 8. Description of requirements for the items to be acquired: Purchase and delivery shoring material; see the Contract Line Items 0001-0004 (above) for the actual demensions size and quanity. CLIN Item Description Quantity Unit 0001 SHORING EQUIPMENT PURCHASE, 6' T X 6' L X 6'W, FOUR SIDED ALUMINUM BUILD A BOX 2 EA 0002 SHORING EQUIPMENT PURCHASE, 8'T X 8'L X 8'W, FOUR SIDED ALUMINUM BUILD A BOX 2 EA 0003 SHORING EQUIPMENT PURCHASE, 10' T X 10' L X 10'W, FOUR SIDED ALUMINUM BUILD A BOX 2 EA 0004 SHORING EQUIPMENT PURCHASE, SET OF FOUR LEGS 2 EA 9. Date of delivery / Period of Performance: 30 Days ARO 10. Place(s) of Delivery and Acceptance: 56 CES/CEOIM, Luke AFB, AZ 85309 11. FOB Point: DESTINATION 12. Attachments: N/A 13. The name and telephone number of the individual to contact for information regarding the solicitation: SMSgt Wilson (valerie.wilson.2@us.af.mil) Phone: 623-856-3449. 14. Additional Information: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered you may make a request through the SAM website at http://www.sam.gov. Be advised that all interested parties must be registered as a small business in the Small Business Administration (SBA) Dynamic Business Search Database under the proper NAICS Code in order to receive an award. If you are not registered, you may self-certify through the SBA website at http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm. IAW DFARS 252.232-7003(b)(1) all invoices shall be submitted via Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. (Procedures and POC's specific to this contract will be added to the contract). 15. The provision at FAR 52.212-1 Instructions to Offerors and 52.212-2 Evaluation - Commercial Items apply to this acquisition. Addendum to FAR 52.212-1, Instructions to Offerors The following is to be added to FAR 52.212-1 paragraph (b): 1. Please provide your price quote on company letterhead. 2. Offers are due before 12:00PM MST, Wednesday 13 August 2018. 3. Offers shall be emailed to valerie.wilson.2@us.af.mil. Do not post offers to FedBizOpps. 4. Please request read receipt on all submitted quotes. 5. Vendors shall include a completed copy of the provision at FAR 52.212-3 Alt 1, Offeror Representations and Certifications -- Commercial Items. A vendor shall complete only paragraph (b) of this provision if the vendor has completed the annual representations and certificates electronically at http://www.sam.gov. If any vendor has not completed the annual representations and certifications electronically at the SAM website, the vendor shall complete only paragraphs (c) through (o) of this provision. (End of Provision) FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil. (End of Provision) 20. The Following Provisions are Incorporated by Reference: FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility Matters (APR 2010) FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014) FAR 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (MAR 2015) 21. The Following Clauses Are Incorporated By Reference: FAR 52.204-7 System for Award Management (JUL 2013) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (DEC 2014) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) 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 52.222+53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements (MAY 2014) FAR 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.237-2 Protection of Government Buildings, Equipment, And Vegetation (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 252.203-7003 Agency Office of the Inspector General (DEC 2012) DFARS 252.204-7004 Alt A System for Award Management Alternate A (FEB 2014) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015) DFARS 252.223-7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials (SEP 2014) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) DFARS 252.225-7001 Buy American And Balance Of Payments Program-Basic (NOV 2014) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2012) 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 252.247-7023 Transportation of Supplies by Sea (APR 2014) 22. The Following Clauses Are Incorporated By Full Text: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019)(FEB 2016) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/farsite.html (End of Clause) 5352.201-9101 OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of 0MB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Deputy Director of Contracting, AFICA/KT (OL-AET), 2035 First Street West, JBSA Randolph, TX 78150-4304, Telephone: 2 I 0-652-1722. The alternate Ombudsman is the Chief, Clearance & Program Support Division, AFICA/KTC, 2035 First Street West, JBSA Randolph, TX 78150-4304, Telephone 210-652-7075. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (57 I) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/F2U3148178AW01/listing.html)
 
Place of Performance
Address: 56 CES/CEOIH, LUKE AFB, AZ 85309, Luke, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN05019604-W 20180805/180803230727-44b3548711b0e83f0c8eec1f422fde0d (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.