Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2020 SAM #6854
SOLICITATION NOTICE

81 -- Modified Deployment ISU 60.5 Air Mobility Shipping Containers

Notice Date
9/2/2020 1:39:27 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
FA9302 AFTC PZIE EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-20-R-0036
 
Response Due
9/7/2020 3:00:00 PM
 
Archive Date
09/22/2020
 
Point of Contact
Trisha Spears, Phone: 6612778356, Falilou T. Diouck, Phone: 6612778454
 
E-Mail Address
trisha.spears@us.af.mil, falilou.diouck@us.af.mil
(trisha.spears@us.af.mil, falilou.diouck@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA9302-20-R-5036 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2020-01 and DPN 20190531 and AFAC 2019-1001. (iv) THIS REQUIREMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) number for this acquisition is 332311 with a size standard of 750 employees. (v) Description of services to be acquired: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement for a 2ea modified Deployment ISU 60.5 Air Mobility Shipping Containers (Tow Bar �assembly, and Freight) to Edwards AFB CA. CLIN 0001: Container ISU-60.0 � Qty: 2 CLIN 0002: Tow Bar Assembly � Qty: 2 CLIN 0003: Freight to Edwards AFB CA � Qty: 1 (vii) Delivery Date: Anticipated 90 Days After Receiving Order (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Numbers: 2. TIN Number: 3. CAGE Code: 4. Contractor Name: 5. Payment Terms (net30) or Discount: 6. Point of Contact and Phone Number: 7. Email address: 8. FOB (destination or origin): 9. Warranty (if applicable): 10. Date Offer Expires: (ix) The provision at 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. ADDENDUM to 52.212-2, Evaluation � Commercial Items (Oct 2014). 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: (i) Price (ii) Technical capability of the item offered to meet the Government requirement; (Your quote package, MUST include Past Performance. Information should clearly show and demonstrate your company�s ability to meet the stated requirements of section �(iv) Description of Services to be acquired.� Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.) This will be awarded to the Lowest Price Technically Acceptable Offeror. In order to be found technically acceptable the quote must demonstrate the contractor�s ability to meet the requirements Past Performance. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be looked at from the lowest price. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor. Only one award will be made under this solicitation. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018), applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2019), applies to this acquisition. The following clauses cited in FAR 52.212-5 apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) FAR 52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222.19 Child Labor � Cooperation with Authorities and Remedies (Jan 2020) 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 (JAN 2019) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://acquisition.gov PROVISIONS FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Survaillance Services or Equipment (Aug 2020) **Please see attachment** To ALL On 14 Jul 20, interim Federal Acquisition Regulation (FAR) rule 2019-009 was published, effective 13 Aug 20, implementing�prohibitions contained in section 889(a)(1)(B) of the National Defense Authorization Act (NDAA) for FY2019.��?? Section 889(a)(1)(A)�prohibits the Government from buying covered telecommunications equipment or services from five�named Chinese companies and their subsidiaries or affiliates.��Section 889(a)(1)(B)�prohibits Contracting Officers from issuing�any contract, task/delivery order, BPA/BOA call, modification extending period of performance or adding new work, or exercising�an option with any entity that uses any equipment, system, or services that uses covered telecommunications equipment or�services from the named Chinese companies as a substantial or essential component of any system, or as critical technology as�part of any system, unless an exception applies.� More information can be found at�https://www.govinfo.gov/content/pkg/FR-2020-07-14/pdf/2020-15293.pdf#page=12�?? To meet the intent of Section 889(a)(1)(B),�please complete FAR provision 52.204-24�(attached) indicating if your company�does or does not provide covered telecommunications equipment.� Also FAR clause 52.204-25 (attached) will be added to all�new contract actions, and existing contract actions will be modified to include the clause.��?? Please note that no future contract action can be made until the FAR provision is completed and returned.� Your prompt attention�to this matter is much appreciated. FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation (Nov 2015) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) � CLAUSES FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Vedeo Surveillance Services or Equipment (Aug 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.223-4 Applicable Law for Breach of Contract Claim (Oct 2004) 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 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023 Transportation of Supplies by Sea (Feb 2019) AFFARS 5352.201-9101 Ombudsman (JUN 2019) (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: Offers are due by 7 SEPTEMBER at 3:00 PM Pacific Standard Time (PST). Offers must be sent to Trisha Spears at trisha.spears@us.af.mil or Falilou �Sam� Diouck at falilou.diouck@us.af.mil via electronic mail. No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE 7 SEPTEMBER 2020 on or before 12:00 PM Pacific Standard Time (PST). (xvi) For additional information regarding this solicitation contact: Primary Point of Contact: Trisha Spears Contract Specialist trisha.spears@us.af.mil Phone: 760-590-1685 Secondary Point of Contact: Falilou �Sam� Diouck Contracting Officer falilou.diouck@us.af.mil Phone: 661-277-8454
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1f492f6944444059a900c71b9ac8c91e/view)
 
Record
SN05785031-F 20200904/200902230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.