Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2018 FBO #6148
SOLICITATION NOTICE

38 -- AFICA_EPOKE CHEMICAL SPREADER REPAIR - Attachments

Notice Date
9/21/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333112 — Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-18-Q-0028
 
Archive Date
10/12/2018
 
Point of Contact
Ramnarine Mahadeo, Phone: 6097543956, Orlando Loaiza, Phone: 6097542889
 
E-Mail Address
ramnarine.mahadeo.1@us.af.mil, orlando.loaiza@us.af.mil
(ramnarine.mahadeo.1@us.af.mil, orlando.loaiza@us.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
SFS Appendix Medical Statement Anti Terrorism Statement BURLINGTON COUNTY WAGE RATE FAR 52.213-3 Performance Work Statement COMBINED SYNOPSIS/SOLICIATION FA4484-18-Q-0028 Repair EPOKE Chemical Salt Spreader This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation 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. Solicitation number FA4484-18-Q-0028 is being issued as a request for quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 (effective 22 Aug 18) and Defense Federal Acquisition Regulation Supplement 20180824 (effective 24 Aug 2018). It is the contractor's responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a Womens Owend Small Business setaside. The North American Industrial Classification System Code is 333112 Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing, with a small business size standard of 100 employees. The government intends to issue a fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001 - Repair EPOKE Salt Spreader in accordance with the attached performance work statement (PWS). Total Cost $_____________ QUOTES DUE DATE : All quotes are due no later than 2:00 PM EST 27 Sep 2018. Quotes may be emailed to Ramnarine.Mahadeo.1@us.af.mil ATTACHMENTS : 1. Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors. 2. Burlington County Wage Determination 2015-4191 Rev 7 dated 3 Jul 2018. 3. Security Forces Squadron Appendix. APPLICABLE PROVISIONS AND CLAUSES : Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil. Federal Acquisition Regulation: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance, 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.212-1 Instructions to Offerors- Commercial Items 52.212-3, Offeror Representations and Certifications -- Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 52.225-25 Affirmative Action Compliance 52.228-5 Insurance - Work on a Government Installation 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.252-1 Solicitations Provision Incorporated by Reference ( http://farsite.hill.af.mil/ ) 52.252-2 Clauses Incorporated by Reference ( http://farsite.hill.af.mil/ ) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System For Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments, 5352.223-9001 Health and Safety on Government Installations 5352.201-9101 Ombudsman ADDENDUM FAR 52.212-1 A. To assure timely and equitable evaluation of offers, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of two (2) separate parts; Part I - Technical and Part II - Price B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional data will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit cost data to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: 1. PART I - TECHNICAL: Offerors shall provide documentation the meets or exceeds the requirements as required by the statement of work. 2. PART II - PRICE: Insert proposed unit and extended prices each contract line item number (CLIN). The extended amount must equal the whole dollar unit price multiplied by the number of units. FAR 52.212-2 Evaluation- Commercial Items ADDENDUM 52.212-2 a. Basis for Contract Award This is a Lowest Price Technically Acceptable (LPTA) award decision conducted in accordance with Federal Acquisition Regulation (FAR) and as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force (AF) FARSite, http://farsite.hill.af.mil. The Government will select the loweset priced offer that meets the qualifications/education of the performance work statement. A contract may be awarded to the offeror who is deemed responsible in accordance with the FAR Part 9.1, as supplemented, whose quote conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is judged to represent the lowest price technically acceptable quote. b. Solicitation Requirements, Terms and Conditions Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or subfactors. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable. c. Technical Factor The Government's technical evaluation team shall evaluate the technical offers on an acceptable or unacceptable basis. An "Unacceptable" rating will render the entire quote unacceptable and, therefore, unawardable. Technically acceptable is defined as providing documentation that meets or exceeds the the requirements as required by the statement of work. Offerors must provide documentation of this technical performance. Offerors who fail to provide this documentation will render their quote unacceptable. The following provisions/clauses are applicable to FAR 52.212-5: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6 Notice of Total Small Business Set-Aside 52.219-14 Limitations on Subcontracting 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222.36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41, Service Contract Labor Standards 52.222-50 Combating 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. 52.222-55 Minimum Wages Under Executive Order 13658 ADDENDUM TO FAR 52.228-5 The required workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000. General liability insurance of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence. Automobile liability insurance shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage, covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per occurrence for property damage shall be required. The amount of coverage on all policies shall be commensurate with any state and local requirements and shall be sufficient to meet normal and customary claims. ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-18-Q-0028/listing.html)
 
Place of Performance
Address: JB MDL McGuire NJ, JBMDL, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN05100442-W 20180923/180921230807-84107fb96a5bb15a6ece1700fde2aa7c (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.