Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
MODIFICATION

36 -- Distiller

Notice Date
8/6/2018
 
Notice Type
Modification/Amendment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 5 CONS, 165 Missile Avenue, Minot AFB, North Dakota, 58705-5027, United States
 
ZIP Code
58705-5027
 
Solicitation Number
FA4528-18-Q-4048
 
Archive Date
8/24/2018
 
Point of Contact
William J. Tucker, Phone: 7017234174, Dakota L. Asselyn, Phone: 7017236367
 
E-Mail Address
william.tucker.22@us.af.mil, dakota.asselyn@us.af.mil
(william.tucker.22@us.af.mil, dakota.asselyn@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Instructions to Offerors, emailed proposals will be accepted. Note email size must not exceed 10 MB. If the proposal is more than 10 MB, please submit as email 1 of 2, etc. Format must be a Word Document, PDF, or Excel sheet. The offeror must request and obtain an acknowledgment of receipt for electronic submission. Contractors and commercial vehicle deliveries must use the North Gate for entry to the base starting 21 May 18. EFFECTIVE DATES: 21 May - mid-July DAYS: Monday - Friday HOURS: 0530 - 1800 After 1800 hours /weekends /holidays, contractors and commercial delivery will still use the North Gate and must contact the LED at 723-3096 to request base entry. 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, Defense Publication Notice 20180629, and Air Force Acquisition Circular 2018-0525. 3) The NAICS is 333318 for Other Commercial and Service Industry Machiners Manufacturing. The Small Business Size Standard for this NAICS code is 1,000 EMP. This acquisition is set-aside for 100% small business concerns. 4) Description: Finish Thompson Inc LS Series (or approved equal). Required delivery date 30 Days after contract award. If more time is needed, please specify in quote. CLIN Description Qty Price Total 0001 K-Solvent Capable Distiller Machine (Finish Thompson Inc LS-5511E OR Approved Equal) 1 Ea $ $ 0004 Installation 1 Job $ $ *Shipping shall be included in the total price 5) List of Attachments: N/A 6) The following information shall be filled out when submitting a quote: Company Name: Fax Number: Point of Contact (POC): Address: Telephone Number: Discount Terms: SAM Registered: yes/no Small Business: yes/no DUNS #: CAGE #: Estimated Delivery to Minot AFB: Signature/Date of Contractor: 7) Delivery/Performance Address: HAZMART Bldg 534 534 Bomber Blvd Minot AFB, ND 58705 8) All questions shall be submitted by 06 August 2018, 10:00 AM CST to both POC's listed below. Questions after this time and date will not be considered. 9) Quotes must be valid until 30 September. Quotes shall be provided on this form, signed, dated and submitted by 09 August 2018, 10:00 AM CST to both point of contacts listed below. The Offeror is responsible for ensuring the quote is received by the Government by the due date and time specified above. Failure to send quotes to both POCs or verify receipt of the quote may result in not being considered for award. Primary: SSgt William Tucker - william.tucker.22@us.af.mil Alternate: SrA Dakot Asselyn - dakota.asselyn@us.af.mil 10) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, MSgt Nitra Latta at nitra.latta@us.af.mil or at 701-723-3057. The following clauses and provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value acquisition in which the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed are evaluation factors that shall be used in the evaluation process: Price: Pricing will be evaluated for reasonableness, realism and CLIN balancing. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions, the stated Delivery Date, and Quality Products (i.e., products brochures and/or products data shall be attached to the price quote) and the offeror can provide and has the appropriate certifications in accordance with applicable federal, state, local, and industry standards. *All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price quote, to evaluate compliance with the requirements in this solicitation. (End of Provision) The following FAR clauses and provisions are applicable to this acquisition: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-7 System for Awards Management FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 Systems for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-20 Predecessor of Offeror FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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 52.211-6 Brand Name or Equal FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items The following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Set-aside FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-3 Hazardous Material Identification and Material Safety Data FAR 52.223-15 Energy Efficiency in Energy-Consuming Products FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegitation FAR 52.252-1 Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil FAR 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil The following DFARS clauses and provisions cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7002 Requirement to inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Work Product DFARS 252.204-7015 Disclosure of information to litigation Support Contractors DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.215-7008 Only One Offer DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payments DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments The following AFFARS clauses cited are applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/95439925e2b1e91b2d9aaac19899b263)
 
Place of Performance
Address: Minot AFB, Minot AFB, North Dakota, 65202, United States
Zip Code: 65202
 
Record
SN05022456-W 20180808/180806231138-95439925e2b1e91b2d9aaac19899b263 (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.