Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
MODIFICATION

71 -- BDOC Console Upgrade - PWS - RFQ

Notice Date
8/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3E38144A001-BDOC_Console_Upgrade
 
Archive Date
8/30/2018
 
Point of Contact
Virgie Daniels, Phone: 8056063872, John E. Cruz, Phone: 8056050434
 
E-Mail Address
virgie.daniels@us.af.mil, john.cruz.16@us.af.mil
(virgie.daniels@us.af.mil, john.cruz.16@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Updated RFQ PWS (Performance Work Statement) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers IAW CLIN structure outlined in announcement and the quote template sheet provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 (effective 16 June 2018) and DFARS DPN 20180629(effective 29 Jun 2018). The North American Industrial Classification System (NAICS) code of 337127 and Size Standard of 500 employees apply to this procurement. This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(a). Purchase Request #: F4D3E38144A001 Project Title: 30 SFS Upgrade BDOC Console 1. Please see attached documents for detailed description of requirements. Attachment 1: RFQ Template (required for submission of quote). Attachment 2: PWS (Performance Work Statement) 2. Quotes shall be valid through 01 October 2018. 3. This is a Winstead Control Room Console brand name requirement, or equal items will not be accepted. 4. Quotes must be received by email to the Contract Specialist Virgie Daniels at virgie.daniels@us.af.mil and John E. Cruz at john.cruz.286@us.af.mil (NLT) 11:00 AM (PST) Friday, 17 August 2018. 5. Quotes should conform to the CLIN structure as established in the Quote Template. The contract will be a Firm Fixed Price. The following clauses are incorporated by reference in the final award: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperationwith Authorities and Remedies 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combat 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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003)(Oct 2015) 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea The following clauses are incorporated by full text in the final award: 52.212-5 (DEV) Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Deviation 2013-O0019) (Oct 2016) (ix): N/A 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman (c): AFICA/KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554- 5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2016-O0003)(Oct 2015) 252.204-7004 Alternate A, System for Award Management 252.204-7011 Alternative Line Item Structure 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.222-7007 Representation Regarding Combating Trafficking in Persons The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items (a): LPTA 52.212-3, Alt I Offerors Representations & Certifications - Commercial Items, Alternate I 52.252-1 Provisions Incorporated by Reference http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management, is mandatory. Lack of registration in SAM will make an offeror ineligible for contract award. All quotes should be valid for 60 days. Quotes must be sent to the attention of Virgie Daniels at virgie.daniels@us.af.mil and John E. Cruz at john.cruz@us.af.mil No Later Than 11:00 AM PST Friday, 17 August 2018. ______________________________ JOHN E. CRUZ CONTRACTING OFFICER
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3E38144A001-BDOC_Console_Upgrade/listing.html)
 
Place of Performance
Address: 1515 Iceland Ave B8500, Vandenberg AFB, Lompoc, California, 93437, United States
Zip Code: 93437
 
Record
SN05031036-W 20180812/180810230658-efb6e01c05df4716abcd7267dde8501c (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.