Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

17 -- NSN 1730-00-589-9464 Adapter Set/Ground Handling Equipment - Package #1

Notice Date
7/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA4877-14-Q-0325
 
Archive Date
8/5/2014
 
Point of Contact
Sean L. Berrios, Phone: 5202284877
 
E-Mail Address
sean.berrios@us.af.mil
(sean.berrios@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Full Text Clauses Attachment 1 - Pricing Schedule COMBINED SYNOPSIS/SOLICIATION ‘COMBO': ADAPTER SET/GROUND HANDLING EQUIPMENT NSN 1730-00-589-9464 (i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA4877-14-Q-0325 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective 01 Jul 2014. The DFARS provisions and clauses are those in effect to DPN 20140624 effective 24 June 2014. The AFFARS provisions and clauses are those in effect to AFAC 2014-0421 effective 21 Apr 2014. (iv) This is a small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 333999 with a small business size standard of 500 employees. (v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: Provide seven (7) NSN 1730-00-589-9464 adapter set, ground handling equipment. Vendor must submit pictures of assets "in stock". Generic pictures will not be accepted. Pictures must contain data plate or part number/stock number on the assets. Submit drawings if possible. Also, all submittals must contain traceability of where the company acquired the assets/NSNs. Description of the NSN's of whether they are Brand New, New Unused Surplus, etc... must be included in quote. Lead time information is required to be given in quote. (vii) Delivery of NSN 1730-00-589-9464 adapter set, ground handling equipment shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. Delivery is to be made to AMARG Central Receiving, 4860 S. Superior Ave, BLDG 7328, Davis Monthan AFB AZ 85707-4305 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: Part I - Technical Acceptability and Part II - Price Proposal. a. PART 1- TECHNICAL CAPABILITY - Submit one (1) copy of technical capability narrative, limit to 15 pages. Technical Capability shall include pictures of assets in stock with a data plate or part number/stock number on the assets. Technical capability should also include traceability of where the company obtained the assets/NSNs and whether the NSNs are brand new, new unused surplus, etc. b. PART 2- PRICE - Submit one (1) copy of price schedule any additional documentation is limited to 5 pages. 3. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications listed in item (vi). Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 4. System for Award Management Registration. (a) Definitions. As used in this provision- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the System for Award Management (SAM) database" means that- (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record "Active". (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: (a) 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: (i) technical capability of the supply item offered to meet the Government requirement; (ii) price; The lowest priced offer will be evaluated for technical acceptability by the ALC Supply Center. If found technically acceptable award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above and all items listed in Attachment 1 Price Schedule. (x) Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (May 2014). See Attachment 2. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2013), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jan 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xiii) 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) 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 provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm Additionally, the following clauses and provisions apply to this acquisition: FAR 52.204-9 Personal Identity Verification of Contractor Personnel Jan 2011 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013 FAR 52.204-13 System for Award Management Maintenance Jul 2013 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Aug 2013 FAR 52.219-1 Small Business Program Representations (Attachment 2) Apr 2012 FAR 52.219-1 (Alt 1) Small Business Program Representations Alternate I (Attachment 2) May 2014 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action for Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb-2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-3 Buy American Act-Free Trade Agreement-Israeli Trade Act May 2014 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul 2013 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.247-34 F.O.B. - Destination Nov 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2013 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Mar 2014 DFARS 252.204-7004 Alternate A, System for Award Management Feb 2014 DFARS 252.204-7011 Omnibus Clause: Alternative Line Item Structure Sep 2011 DFARS 252.223-7008 Prohibition of Hexavalent Chromium June 2013 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions (See Full Text Attachment 2) May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7001 Pricing of Contract Modifications Dec 1991 AFFARS 5352.201-9101 Ombudsman (See Full Text Attachment 2) Apr 2014 DM021 Contracting Officer Notification of Federal Funding Accountability and Transparency Act Subaward Reporting System (FSRS) (xiv) NOTICE TO ALL INTERESTED PARTIES: A Site Visit will not be held for this acquisition. All questions are due in writing NLT Thursday, July 17, 2014 at 1:00PM Pacific Standard Time. Questions shall be submitted to: 355th Contracting Squadron/MSCA, Attn: Sean Berrios, via e-mail: sean.berrios@us.af.mil. An amendment will be issued addressing all questions received, providing the Government's answers. Quotes are due no later than 3PM Pacific Standard Time on Monday 21 July 2014; quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 15pages. b. Part 2- Price - Submit one (1) copy of price schedule any additional documentation is limited to 5 pages. c. Part 3- Representations And Certifications (Reps/Certs) - Submit IAW para (x) above BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable offer. (xv) Quotations shall be submitted to Sean via email to sean.berrios@us.af.mil. For information regarding this solicitation, contact SSgt Sean Berrios at (520) 228-4877 or through the above referenced email address. DM012 CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Atch #: Item Description: Page(s): 1 Pricing Schedule 1 2 Additional Clauses Incorporated by Full Text 21
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-14-Q-0325/listing.html)
 
Place of Performance
Address: AMARG Central Receiving, 4860 S. Superior Ave, Davis Monthan AFB, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN03423591-W 20140716/140714235135-02fb6aad47376db0e3e60526238520d3 (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.