SOLICITATION NOTICE
28 -- Raider Outboard Motors, 40HP
- Notice Date
- 9/16/2020 11:31:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- FA252120QB135
- Response Due
- 9/23/2020 12:00:00 PM
- Archive Date
- 10/08/2020
- Point of Contact
- Delvin Talton, Phone: 3214949516, Evan Rauh, Phone: 3214946287
- E-Mail Address
-
delvin.talton@spaceforce.mil, evan.rauh@spaceforce.mil
(delvin.talton@spaceforce.mil, evan.rauh@spaceforce.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation Raider Outboard Motors, 40 HP FA2521-20-Q-B135 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. The solicitation number FA2521-20-Q-B135 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07; Effective 31 August 2020. This is 100% Total Small Business Set-aside. The North American Industry Classification System (NAICS) code for this project is 333618 with a size standard of 1,500 employees. The purpose of this combined synopsis and solicitations for Raider Outboard Motors, 40 HP for the 45th Logistics Readiness Squadron (45 LRS) building 313, Room 200 at Patrick AFB (PAFB), Florida. It will help the rescue forces approach the Space Capsule, retrieve the astronauts and transport them to a safe place. The contractor shall provide the Raider Outboard Motors, 40 HP to support maritime response capability to rescue forces supporting the Human Space Flight Support Office Mission. The bid schedule and contract CLIN schedule are below Item Description� � � � � � � � � � � � � � � � � � � � � � Qty� � Unit� � Unit Price� � Total Amount 0001 Raider Outboard Motors, 40 HP� � 4 Ea Part Number: R40-ES-001, This will be a Brand Name requirement for Raider Outboard Motors, 40HP. Please see attached Brand Name Justification & Approval (Attch 1, Brand Name Justification & Approval redacted). Please see attached: Brand Name J&A Ship to address: HSFS/DET 3 734 Spacelift Ave. Bldg 313, Room 200, Patrick AFB, 32935-3217 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. Include your GSA contract number for items, as well as expiration date of the contract. *****Notice to Offeror(s)/Supplier(s): 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.***** The Raider 40HP is a two cylinder, two-stroke weighing 145lbs. Can be used in single or dual motor configuration. Multi-fuel gasoline is primary; Diesel#2; JP5 and JP8 are emergency fuels. Fully submersible, rugged, durable & reliable. Pull start & Electric start, no battery required for pull start. Fits through submarine hatch, light weight and Convenient grab handle. *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition and the following addendem applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows: �The NAICS code and small business size standard for this acquisition appear above.� RFQ due date: 23 Sep 2020 RFQ due time: 3:00 P.M. EST Email to: SSgt Delvin Talton delvintalton@spaceforce.mil SSgt Evan Rauh evan.rauh@spaceforce.mil Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be submitted by 2:00 P.M. EST 21 Sep 2020 Please provide the following information with your quote: Company Name:____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. �Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror�s submissions will be evaluated based upon the following: (1) Technical: quote must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: List the items: IAW Attch 1 � Brand Name Justification & Approval) (2) Price: Award will be made to the lowest priced technically acceptable offeror. Technical and past performance, when combined, are more importance or equal when compared to price. The item in this solicitation is identified as �brand name or equal,� the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation. 52.225-18 � Place of Manufacture. As prescribed in 25.1101(f), insert the following solicitation provision: Place of Manufacture (Aug 2018) (a) Definitions. As used in this clause� �Manufactured end product� means any end product in Federal Supply Classes (FSC) 1000- 9999, except� (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. �Place of manufacture� means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly� (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. Include descriptive literature such as illustrations and drawings. *52.209-11 � Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that� (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Note: The vendor acknowledges that should the quote or proposal�s terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. Additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. FAR: 52.204-7 - System for Award Management (Oct 18) 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 20) 52.204-13 - System for Award Management Maintenance (Oct 18) 52.204-16 - Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 - Commercial and Government Entity Code Maintenance (Jul 16) 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.204-26 - Covered Telecommunications Equipment or Services-Representation (Dec 2019) 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Jun 20) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.219-1 Small Business Program Representation (Oct 2014) 52.219-6 Notice of Total Small Business Set-Aside (DEV) (Nov 2011) 52.219-13 Notice of Set-Aside of Orders (Nov 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jan 2020) 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) 52.222-26 - Equal Opportunity (Jul 2014) 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 20) 52.222-50 - Combating Trafficking in Persons (Jan 19) 52.223-6 Drug-Free Workplace (May 2001) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 08) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 - Disputes (May 2014) 52.233-3 - Protest after Award (Aug 1996) 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) DFARS: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7003 - Agency Office of the Inspector General (Aug 2019) 252.203-7005 - Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7009 - Limitations on the Use or Disclosure of Third-Party Contractor Information (Oct 16) 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7016 - Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) 252.211-7003 - Item Unique Identification and Valuation (Mar 2016) 252.223-7008 - Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7000 - Buy American Statute�Balance of Payments Program Certificate (Nov 14) 252.225-7001 - Buy American and Balance of Payments Program (Dec 17) 252.225-7031 - Secondary Arab Boycott of Israel (Jun 2005) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Dec 18) 252.232-7006 - Wide Area Workflow Payment Instructions (May 13) 252.232-7010 - Levies on Contract Payments (Dec 06) 252.244-7000 - Subcontracts for Commercial items (Jun 13) 252.247-7023 - Transportation of Supplies by Sea (Feb 2019) AFFARS: 5352.201-9101 - Ombudsman (Oct 19) Air Force Installation Contracting Center, Policy & Acquisition Support Directorate (AFICC/KP), 1940 Allbrook Drive, Building 1 Wright- Patterson AFB OH 45433; Phone: (937) 257-5529; Fax: (937) 656-0919 5352.223-9001 Health and Safety on Government Installations (Oct 2019) The full text of these clauses and provisions may be assessed electronically at the website: https://acquisition.gov. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Attachments: (1) Brand Name J&A Approved by the Contracting Officer ___________________________________________
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5454730021ac4648aaeb80a0a9789ba1/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN05799868-F 20200918/200916230201 (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 |