Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
MODIFICATION

79 -- Vacuum Cleaners - Questions and Answers - Specifications and Delivery

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
335212 — Household Vacuum Cleaner Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
F2C1EC9062A002
 
Archive Date
10/1/2009
 
Point of Contact
Alesha Williams, Phone: (808) 448-2976, Frank Hartzell, Phone: (808) 448-2975
 
E-Mail Address
alesha.williams@hickam.af.mil, frank.hartzell@hickam.af.mil
(alesha.williams@hickam.af.mil, frank.hartzell@hickam.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications and Delivery dated 9 Sept 09 Questions and Answers dated September 14, 2009 **********AMENDMENT 03********** The purpose of this amendment is to add questions and answers for contractors to view. **********END AMENDMENT 03********** **********AMENDMENT 02********** The purpose of this amendment is to replace the attached specification / delivery data with a revised version dated 9 Sept 09. The purpose of this revision was to incorporate information concerning the removal of debris. **********END OF AMENDMENT 02********** ***********AMENDMENT 01********** The purpose of this amendment is to change the date the quote are due from the 16 Sept 09 to 18 Sept 09 **********END OF AMENDMENT********** ***Notice to Offerors: Funds are currently not available for this requirement and may not become available. Unless adequate funds become available, no award will be made under this solicitation. The Government reserves the right to cancel this solicitation, either before or after the closing date. Offerors who elect to submit a quote in response to this solicitation acknowledge that efforts associated with the submission will not be reimbursed in the event the solicitation is canceled. *** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F2CTEC9062A002 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090729, and Air Force Acquisition Circular (AFAC) 2009-0803. This acquisition is a competed source for vacuum cleaners. The associated NACIS code is 335212, with a small business size standard of 750 employees. The contractor shall provide all labor, parts and materials to deliver vacuum cleaners to the dorm managers office at Hickam AFB, HI., in strict accordance with the Performance Work Statement. This RFQ contains one (1) line item. The item, as follows, are on a firm fixed price basis: CLIN 0001: Vacuum Ceaners, QTY 410 each, Mfr: Oreck p/n XL2000HB, or equal. Equal items must contain the required minimum characteristics listed in attachment 1. Delivery requirements are also expressed in attachment 1. Quotes should contain unit prices, extended prices, and total price. Offerors may propose an alternate quotation if offering more than one solution. Delivery will be no more than 90 days ADC. The location shall be Hickam AFB, Hawaii 96853 Any questions in regards to this solicitation must be submitted no later than 14 Sept 09. Award basis: The government anticipates award of a Purchase Order to the contractor offering the best overall value to the government. The Contracting Officer will evaluate quotations or offers based on price and technical capabilities. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 4:00 PM, Hawaii Standard Time (HST), 18 Sept 09. Electronic quotes are acceptable. Submission may be made via email to alesha.williams@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: A1C Alesha Williams, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for proposal (RFP) / request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFP/RFQ, the offer shall be considered nonresponsive and ineligible for contract award. Wide Area Work Flow (WAWF). Offerors must be registered in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. IAW 52.212-3 and 52.212-3 (Alt I) -- Offeror Representations and Certifications -- Commercial Items (June 2008). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (c) through (m) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. The following clauses and provisions are incorporated by reference: 52.209-5, Certification Regarding Responsibility Matters 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors- Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) IAW 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is applicable to this procurement along with the following addenda. 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act(JAN 2004) (ALT II) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3, Protest After Award (AUG 1996) (31 U.S.C 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) IAW 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to this procurement along with the following addenda. IAW252.225-7000, Buy American Act - Balance of Payments and Program Certificate (JAN 2009) a) Definitions. "Commercially available off-the-shelf (COTS) item," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (JUL 2009) 252.232-7003, Electronic Submission of Payment Requests 252-232-7010 -- Levies on Contract Payments - (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-(1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) 252.247-7023, Transportation of Supplies by Sea 252.247-7023, Transportation of Supplies by Sea (ALT III) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). 5352.201-9101 - OMBUDSMAN - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, 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 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, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Rodger Phillips, phone number (808) 448-2901, facsimile number (808) 448-2912, e-mail: rodger.phillips@hickam.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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. (End of clause) WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800) 756-4571. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS My Invoice web site at https://myinvoice.csd.disa.mil/index.html. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provisions may be accessed electronically at this address: https://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/F2C1EC9062A002/listing.html)
 
Place of Performance
Address: Hickam AFB, Hickam AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01952916-W 20090916/090914235742-0d51348ed48bbf9e7e194f3113214a0f (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  © 1994-2020, Loren Data Corp.