Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOLICITATION NOTICE

66 -- Airfield Friction Tester

Notice Date
9/11/2020 10:14:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334514 — Totalizing Fluid Meter and Counting Device Manufacturing
 
Contracting Office
W7N4 USPFO ACTIVITY VTANG 158 SOUTH BURLINGTON VT 05403-5867 USA
 
ZIP Code
05403-5867
 
Solicitation Number
W50S9C-20-R-0006
 
Response Due
9/25/2020 6:00:00 AM
 
Archive Date
10/10/2020
 
Point of Contact
Randy A. Brittingham, Phone: 8026605424
 
E-Mail Address
randy.a.brittingham.mil@mail.mil
(randy.a.brittingham.mil@mail.mil)
 
Description
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. The solicitation number is W50S9C-20-Q-0003 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334514 with a small business size standard of 750 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. FOB Destination shall be South Burlington, VT 05403 The Vermont Air National Guard requires the following items:� Airport/Runway Friction Tester with Friction Testing Software. Unit must be mountable to a � ton or larger pickup truck.� Must be able to drive in reverse with the unit attached to the vehicle. Must be able to conduct friction tests while driving 15-60 MPH. To maximize safety and minimize the potential for injury to personnel, damage to runway infrastructure, and the runway tester itself, the unit cannot be in a tow behind trailer. Must have no snow depth limit for testing. Wheel must be able to be raised when not in use. Runway friction tester must utilize software that is customizable to the unique layout of different runways and taxiways. Laptop or tablet required to be part of the package and software must be compatible with Windows 10, and provide data collection functions. Friction data must be converted to RCR values electronically and be sent to a tablet in the vehicle via Bluetooth. Data must then be uploaded to a specifically designed website. Runway friction tester must have an easy to use interface and operate with minimal input from the operator/driver. Results cannot be manipulated. Testing unit and associated software must be Federal Aviation Administration, International Civil Aviation Organization and USAF compliant. Unit must be accredited/certified under FAA Advisory Circular 5320-12C. Unit must meet OSHA standards for mechanical device safety with no exposed belts or pulleys. ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible.*** In accordance with DFARS 252.232-7003, ""Electronic Submission of Payment Requests and Receiving Reports"", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at https://sam.gov/SAM/ within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under ""about WAWF"". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095;Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL. The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.203-7005 Representation Relating to Compensation of Former DOD officials 252.204-7004, Alternate A 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.204-7011 Alternative Line Item Structure 252.217-7019 ALT I, Sanitary Conditions-Alternate I 252.217-7022, Code Dating 252.217-7023, Marking 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003, Electronic Submission of Payment Requests 252.225-7000 Buy American Statute-Balance of Payments Program Certificate 252.243-7002, Requests for Equitable Adjustment 252.246-7000, Material Inspection and Receiving Report The following FAR Provisions and Clauses apply to this acquisition: 52.203-3, Gratuities 52.203-6 ALT I, Restrictions of Subcontractor Sales to the Government 52.204-4, Printed or Copied-Double Sided on Recycled Paper 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.211-6 Brand Name or Equal 52.211-16, Variation in Quantity (25% Increase/25% Decrease) 52.212-1, Instructions to Offerors-Commercial Items 52.212-2, Evaluation-Commercial Items (Evaluation factors being price and past performance with each being equally considered in the evaluation process) 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items Alternate I 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-2, Service of Protest 52.232-18 Availability of Funds 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.252-6, Authorized Deviations in Clauses Quotes valid through 30 September 2020 are requested. The contractor shall submit warranty terms and conditions with their submitted quote. The request for quote is for pricing only. Funds are not presently available for this Requirement. The Government""s obligation under this requirement is contingent upon the availability of appropriated funds from which contract award can be made.� Vendors must follow FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Vendors must follow FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2a3c964f727c44d688b3538e6999deff/view)
 
Place of Performance
Address: South Burlington, VT 05403, USA
Zip Code: 05403
Country: USA
 
Record
SN05795184-F 20200913/200911230152 (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.