Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

71 -- Vertical lift module

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-11-T-0046
 
Archive Date
10/4/2011
 
Point of Contact
Andre D. Thurman, Phone: 3167595446, Kenneth T. Lasker, Phone: 3167594098
 
E-Mail Address
andre.thurman@us.af.mil, Kenneth.Lasker@us.af.mil
(andre.thurman@us.af.mil, Kenneth.Lasker@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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. Solicitation number FA4621-11-T-0046 Vertical lift module is issued as a request for quotation. Quotations must be valid through 1 Oct 2011. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The North American Industry Classification System (NAICS) code is 332999. The business size standard is 500 employees. McConnell AFB intends to issue a Request for Quotation (RFQ) for the following items: CLIN 0001AA - Vertical lift module: Stanley Vidmar MLV75D or equal item, to include turn key installation at McConnell AFB, KS. QTY= 2 ea Minimum salient characteristics to be considered an or equal item are as follows: Tray capacity: 1,653 lbs, estimate 12 trays, footprint approximately 15'W x 13'D X 16' H, touch screen operation, electronic controls, software included, steel core belt transmission, vertical travel speed approximately 157.5 ft/min, tray. Depth approx 33". Maximum Height of VLM is 20 ft. Delivery and factory certified installation. A variety of equipment will be stored in the vertical lift module. Thus, a site survey is required to determine tray configuration prior to ordering and shipping equipment. This site survey and tray configuration shall be included in the quote. Also, delivery schedule must be included with quote. Contractor must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting quote. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL QUOTES. PARTIAL QUOTES SHALL BE IDENTIFIED AS PARTIAL QUOTES. 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition along with 52.212-2, Evaluation-Commercial Items (price & technical will be the only evaluation factors, with technical capabilities being the most important); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and the clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. In addition, the following FAR clauses cited in 52.212-5 are applicable: 52-204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-3, Convict labor; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.222-50, Combating Trafficking in Persons. The following additional provisions and clauses also apply to this acquisition. FAR 52.211-6, Brand name or equal; FAR 52.204-9, Personal Identity verfification of contractor personnel; FAR 52.204-10, Reporting executive compensation and first-tier subcontract awards; FAR 52.204-7, Central Contractor Registration; FAR 52.223-5, Pollution Prevention and Right to Know Information; 52.233-3 Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions incorporated by reference; 52.252-2, Clauses incorporated by reference; 52.252-5, Authorized Deviation and Provisions; 52.252-6, Authorized Deviation in Clauses; 52.253-1, Computer Generated Forms. The following DFARS clauses also apply to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control Of Government Personnel Work Product; 252.204-7004, Alt A Required Central Contracting Registration; 252.225-7002, Qualifying Country Sources As Subcontractors; 252.232-7010, Levies on Contract Payments (DEC 2006); 252.243-7001, Pricing of Contract Modifications (DEC 1991); 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. In addition, the following DFARS clauses cited in 252.212-7001 are applicable: 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207); 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227); 252.247-7023, Transportation of Supplies by Sea Alternate III. The following AFFARS clauses also apply to this acquisition: Before contacting the Ombudsman please contact the Contracting Officer, Mrs. Rosa Krauss (316)-759-4525 email: rosa.krauss.2@us.af.mil AFFARS 5352.201-9101, Ombudsman (10 Aug 2005) (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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mrs. Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: carolyn.choate@scott.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) AFFARS 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a fully completed MCCONN Form 114A with attachments, if required, for each individual requiring access to the installation, to include prime and subcontractor employees, to the contracting officer for base identification credentials or vehicle passes. The contractor shall certify that its employee has been provided the Anti-Terrorism Briefing and a copy of the Anti-Terrorism pamphlet. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate. (i) A contractor representative shall attend an Anti-terrorism and Force Protection awareness briefing provided by the government at the pre-performance/pre-construction conference. (ii) The contractor representative, attending the above training, shall ensure that all employees who have access to McConnell AFB also have access to and understanding of the contents of the Anti-terrorism and Force Protection awareness pamphlet provided by the government at the pre-performance/pre-construction conference. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, the Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of Clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Awardee will be required to invoice through wide area work flow(WAWF). Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). All questions must be received NLT 4:00 p.m. CST Thursday, 15 September 2011. Offers are due by 4:00 p.m. CST Monday, 19 September 2011. Please fill out the attached form and send with your offer. Quotations must be valid through 1 Oct 2011. Interested parties may identify their interest and capability to respond to this requirement or submit proposals. Quotes should be submitted via email to: andre.thurman@us.af.mil or fax to number (316) 759-4057. Address any questions to SSgt Andre' Thurman at (316) 759-5446.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-11-T-0046/listing.html)
 
Place of Performance
Address: McConnell AFB, Wichita, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02571612-W 20110914/110912235146-1f386fb5a372968b10ac71ab0351b904 (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.