SOLICITATION NOTICE
J -- UTV Maintenance - SOW 1 - SOW 2 - RFQ
- Notice Date
- 8/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811198
— All Other Automotive Repair and Maintenance
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, Guam, 96543-4040
- ZIP Code
- 96543-4040
- Solicitation Number
- FA524018Q0087-UTVMX
- Archive Date
- 9/14/2018
- Point of Contact
- Matthew A. Bowser, Phone: 6713664257, John Ballesta, Phone: 6713666598
- E-Mail Address
-
matthew.bowser.2@us.af.mil, john.ballesta@us.af.mil
(matthew.bowser.2@us.af.mil, john.ballesta@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quotes Statement of Work 2 Statement of Work 1 23 August 2018 REQUEST FOR QUOTE, FA524018Q0087 UTV/ATV Maintenance FROM: 36 CONS/PKB Bldg. 22026 Unit 14040 Andersen AFB, Yigo, GU 96929 1. 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. 2. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. This acquisition is procured using FAR 13 procedures specifically Subpart 13.5 Simplified Procedures for Certain Commercial Items. Solicitation FA524018Q0087 for UTV Maintenance is hereby issued as a request for quotes. 3. The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2005-99. 4. This solicitation has been set aside for 100% Small Business under the 811198 NAICS Code, with a small business size standard of $7.5 Million. 5. The Government request quotes for the following items, or equal: CLIN Description QTY Unit of Issue Unit Price Extended Price 0001 Bi-annual maintenance first period IAW Attachment 1 Statement of Work 1 1 Each 0002 Bi-annual maintenance second period IAW Attachment 1 Statement of Work 1 1 Each 0003 Bi-annual maintenance first period IAW Attachment 2 Statement of Work 2 1 Each 0004 Bi-annual maintenance second period IAW Attachment 2 Statement of Work 2 1 Each TOTAL COST ----- ----- ------ The performance period will begin within 10 working days after receipt of the contract being awarded. If this delivery schedule cannot be met, the contractor must specify the proposed delivery schedule in the quote. 6. FAR 52.212-1 Instruction of Offerors (Jan 2017) -- Commercial applies to this acquisition. 7. FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) applies to this acquisition. The evaluation factors are as follows; (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: 1) Price 2) Technical Acceptability 3) Delivery Evaluation of Technical Acceptability and Delivery are equally important as price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 8. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2017) applies to this acquisition. This means that the contractor must have a valid Representations and Certifications filed in the System for Award Management (SAM) or provide the government a completed copy of the record. 9. FAR 52.212-4 Contract Terms and Conditions -- Commercial (Jan 2017) applies to this acquisition. 10. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) (Jan 2017) applies to this acquisition. 11. Additional provisions that apply to this acquisition are: FAR 52.204-7, System for Award Management (Oct 2016), FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016), FAR 52.204-20, Predecessor of Offeror (Jul 2016), FAR 52.211-6, Brand Name or Equal (Aug 1999), FAR 52.222-25, Affirmative Action Compliance (Apr 1984), FAR 52.233-2, Service of Protest (Sep 2006), DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011), DFARS 252.204-7004 Alt A, System for Award Management (Feb 2014), DFARS 252.204-7011, Alternative Line Item Structure (Sep 2011), DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statical Reporting in Past Performance Evaluations (Jun 2015), DFARS 252.215-7007, Notice of Intent to Resolicit (Jun 2012), DFARS 252.215-7008, Only one Offer (Oct 2013), DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons (Jan 2015), 12. Additional clauses that apply to this acquisition are: FAR 52.203-3, Gratuities (Apr 1984), FAR 52.204-13, System for Award Management Maintenance (Oct 2016), FAR 52.204-18, Commercial and Government Entity Code Reporting (Jul 2016), FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014), FAR 52.222-26, Equal Opportunity (Sep 2016), FAR 52.222-50, Combating Trafficking in Persons (Mar 2015), FAR 52.223-18 - Encouraging Contractors Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.232-1, Payments (Apr 1984), FAR 52.225-1, Buy American - Supplies (May 2014), FAR 52.232-8, Discounts for Prompt Payment (Feb 2002), FAR 52.232-23, Assignment of Claims (May 2014), FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013), FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), FAR 52.233-1, Disputes (May 2014), FAR 52.233-3, Protest After Award (Aug 1996), FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.247-34 F.O.B. Destination (Nov 1991), FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), 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 252.204-7003, Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016), DFARS 252.211-7003, Item Unique Identification and Validation (Mar 2016), DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010), DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013), DFARS 252.225-7012, Preference for Certain Domestic Commodities (Dec 2016), DFARS 252.225-7048, Export - Controlled Items (Jun 2013), 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 252.243-7001, Pricing of Contract Modifications (Dec 1991), DFARS 252.243-7002, Requests for Equitable Adjustment (Dec 2012), DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013), DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014), AFFARS 5352.201-9101, Ombudsman (Jun 2016). 13. Request for Information (RFIs) are due to the Government NO LATER THAN 29 August 2018 at 1400hrs Chamorro Standard Time (ChST). 14. Quotes are due to the Government NO LATER THAN 31 August 2018 at 1000hrs Chamorro Standard Time (ChST). Late quotes may be accepted at the discretion of the Contracting Officer. 15. All quotes or questions shall be emailed to Matthew Bowser at matthew.bowser.2@us.af.mil. JOHN R. BALLESTA Contracting Officer Attachments: 1. Atch 1 - Statement of Work 1 2. Atch 2 - Statement of Work 2 CW
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FA524018Q0087-UTVMX/listing.html)
- Place of Performance
- Address: Andersen AFB, GUAM, United States
- Record
- SN05054569-W 20180825/180823232051-8065199e5ce5c5dc48dcd2564f22de3c (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 |