SOLICITATION NOTICE
70 -- Degausser and Hard Drive Destruction Device Conveyor System - Single Source Justification
- Notice Date
- 8/31/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
- ZIP Code
- 20762
- Solicitation Number
- F1AF218220AW01
- Archive Date
- 10/10/2018
- Point of Contact
- Ohaji K. Yarborough, Phone: 2406126161, Danny E. Golden, Phone: 2406126193
- E-Mail Address
-
ohaji.k.yarborough.ctr@mail.mil, danny.e.golden.civ@mail.mil
(ohaji.k.yarborough.ctr@mail.mil, danny.e.golden.civ@mail.mil)
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- Redacted Single Source Justification Combined Synopsis/Solicitation for NSA approved Permanent Magnet Degausser and Hard Drive Destruction Device Conveyor System Duo 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 F1AF218220AW01 is issued as an request for quotation (RFQ) 3) 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. 4) NAICS is 333318 - Other Commercial and Service Industry Machinery Manufacturing. The Small Business Size Standard for this NAICS code is 1000 employees. This acquisition is solicited as 100% Small Business Set-Aside, "Single Source." 5) 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 #: Veteran-owned: yes/no Woman-owned: yes/no Estimated Delivery Date: Description Qty Unit Unit Price Amount TOTAL LM-1 Degausser, 120 V 1 EA LM-1 Teflon Liner Replacement 2 EA LM-1 Degausser Cart 1 EA DX-8 Disk Drive Destruction Device, 230v 1 EA DX-8 High Volume System Chute 1 EA Dorner 6' Cleated Conveyor, 120V 1 EA DX-8 Cleated Conveyor Discharge Chute 1 EA Total Signature/Date of Contractor: 6) Description: The subsequent contract awarded for this request for quote will be for the delivery of a NSA approved Permanent Magnet Degausser and Hard Drive Destruction Device Conveyor System Duo (Data Security, Inc. - LM-1 & DX-8 or Equal). See Below for list of components that make up a complete system. 7) Delivery shall be F.O.B. Destination to: 10244 Burbeck Rd, Bldg 358 Room: B17, Unit/Org: JPRA/J61 Ft Belvoir, VA 22060 Delivery Date: 45 Days ADC 8) FAR 52-212-1 Instructions to Offerors - Commercial Items (Aug 2018) Addendum to 52.212-2 - Evaluation -- Commercial Items (Oct 2014) EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a 'Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer; 9) Quotes must be valid through 30 September 2018 and signed/dated using this attachment, and submitted by 06 Sep 2018, 2:00 P.M. Eastern Time. Quotes must be electronically submitted via email to the following points of contact. 10) It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/. 52.212-3 - Offerors Representations and Certifications - Commercial Items (Aug 2018) All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 11) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. 12) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. 13) The following additional clauses are applicable to this procurement. FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-7 System for Awards Management (Oct 2016) FAR 52.204-13 Systems for Award Management Maintenance (Oct 2016) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-17 Ownership or Control of Offeror (Jul 2016) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-20 Predecessor of Offeror (Jul 2016) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (Aug 2018) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2018) FAR 52.219-1 Small Business Program Representations (Oct 2014) Only 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 (Nov 2011) FAR 52.222-3 Convict Labor ( Jun 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 Payment by Electronic Funds Transfer (Jul 2013) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications (Aug 2018) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-3 Protest after Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR 52.247-34 F.O.B Destination (Nov 1991) The following DFARS clauses and provisions cited are applicable to this solicitation: 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 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7003 Control of Government Work Product (Apr 1992) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law (Class Deviation 2012-O0007) DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Class Deviation 2012-O0004) DFARS 252.211-7003 Item Unique Identification and Valuation (Mar 2016) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARA 252.225-7001 Buy American and Balance of Payments Program (Dec 2017) DFARS 252.225-7048 Export Controlled Items (Jun 2013) DFARS 252.232-7003 Electronic Submission of Payment Request 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 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023 Transportation of Supplies by Sea (Apr 2014) The following AFFARS clauses are cited as applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman As prescribed in 5301.9103, the following clause is inserted: OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offers, potential offers, 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, MaryKathryn S. Robinson, marykathryn.s.robinson.civ@mail.mil, AFDW/PK Deputy at Phone # 240-612-6112, 1500 W Perimeter RD Suite 5750, Joint Base Andrews MD 20762. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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 (571) 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. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances Misc Note: Identification Requirements. For delivery of commodities, all personnel requesting access to Fort Belvoir, VA or Joint Base Andrews, MD must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation includes a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal state or local government agencies that include a photo and biographic information. Additional information to include a full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Ft Belvoir, VA or Joint Base Andrews, MD must provide a valid driver's license (compliant with REAL ID Act), current vehicle registration, and insurance. 14) Defense Priorities and Allocation System: N/A 15) Instructions to Offerors, Only emailed quotes will be accepted. Emailed quotes must be sent to the POC's listed above. Note email size must not exceed 2 MB. If the quote is more than 2 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 acknowledgement of receipt for electronic submission. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/. 16) For further inquiries, please email the Point of Contacts listed above Primary: Danny E. Golden, Contracting Officer - danny.e.golden.civ@mail.mil Alternate: Ohaji Yarborough, Contractor Support - ohaji.k.yarborough.ctr@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1AF218220AW01/listing.html)
- Place of Performance
- Address: Delivery shall be F.O.B. Destination to: 10244 Burbeck Rd, Bldg 358, Room: B17, Unit/Org: JPRA/J61, Ft Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN05067202-W 20180902/180831231209-0eeb0c301acae1b03867ce704b0d74af (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 |