Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

81 -- B-25 Shipping Containers - Package #1

Notice Date
6/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-T-0181
 
Archive Date
6/27/2013
 
Point of Contact
Regina R. Robinson, Phone: 9375224520
 
E-Mail Address
Regina.Robinson@us.af.mil
(Regina.Robinson@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Minimum Requirements Document The U.S Air force requires an experienced provider to provide B-25 Shipping Containers. The anticipated award is firm fixed price - Based upon Best Value for the Government. Additional detail on the requirement can be found in the Minimum Requirements Document (MRD). This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement, with its attachments, constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is FA8601-13-T-0181 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66, Effective 1 April 2013. The proposed acquisition is 100% set-aside for small business manufacturers or suppliers of the product of a manufacturer. Any offeror capable of providing the required services as described in the MRD is eligible to submit a quotation. The applicable North American Industry Classification System (NAICS) Code is 332439 - Other Metal Container Manufacturing and the size standard is 500 employees. The RFQ has two (2) Contract Line Item: CLIN 0001: B-25 Shipping Containers 72"x46"x47" USA DOT TYPE A Specifications, as described in the Minimum Requirements Document (Qty: 6) CLIN 0002: B-25 Shipping Containers 72"x46"x47" as described in the Minimum Requirements Document(Qty: 9) The quotations may be in any format but MUST include:: - Proposing company's name, address, phone, cage code and tax identification number (TIN) - Point of contact's name, phone, and email - Quotation number & date - A written statement that you are capable of fulfilling all requirements per the attached Minimum Requirements Document - Complete list of the equipment to be provided - Total price - Applicable discounts - Timeframe that the quote is valid - Delivery Schedule-FOB Destination shipping - Warranty Information (if applicable) - Completed FAR 52.212-3, Representation and Certifications Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial, and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition, the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in SAM at https://www.sam.gov and completing the Online Representations and Certifications. Quotations MUST contain a complete description of the item offered to clearly show item meets or exceeds all requirements listed in the MRD, attachment 1, hereto. Quotation shall provide a point-by-point comparison to each item listed in the MRD. A general overview, general comparison, or statement such as "able to provide the requirements" or meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The lowest price of the technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. 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: Technical Capability and Price. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Awards Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as "RESERVED"]; FAR 52.212-2, Evaluation Factors (Technical Capability and Price) FAR 52.212-3, Offeror Representations and Certifications FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) - DFARS 252.209-7995, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations (Deviation 2013-O0010) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003) DFARS 252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate. DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) The following clauses are incorporated by reference and apply to this acquisition: 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. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7036, Buy American Act- Free Trade Agreement w/ Alternate I DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002) w/ Alternate II DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-13-T-0181." Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail ensure only.pdf,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. All proposals, questions and responses must be received no later than 3:00 PM, Eastern Standard Time on 12 June 2013. Please email proposals to regina.robinson@us.af.mil or requested info to: AFLCMC/PZIOB Attn: Regina Robinson 1940 Allbrook Drive, Suite 3 WPAFB, OH 45433 Any questions should be directed questions to Regina Robinson at regina.robinson@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0181/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03080214-W 20130607/130606000455-7d00a532b1cf2a9fe993d75672119cd2 (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.