Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

41 -- Mobile Cooling Units

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
F3T3LR5209AW01
 
Archive Date
9/30/2015
 
Point of Contact
James T. Tracy, Phone: 919-722-5439
 
E-Mail Address
james.tracy.1@us.af.mil
(james.tracy.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
10 September 2015 FROM: 4TH CONTRACTING SQUADRON 1600 Wright Brothers Ave. Bldg 3010 Seymour Johnson AFB, NC 27531-2459 SUBJECT: Combined Synopsis/Solicitation Request for Quote (RFQ) - Mobile Cooling Units - Reference (F3T3LR5209AW01) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3T3LR5209AW01. The NAICS code for this requirement is 333413 - Industiral and Commercial Fan and Blower and Air Purification Equipment Manufacturing, with a size standard of 500 EMP. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, Effective 03 August 2015. Defense Federal Acquisition Regulation DPN 20150626, Effective 26-June-2015. Air Force Federal Acquisition Regulation AFAC 2015-0406, Effective 06-April-2015. BID SCHEDULE: Potential Offerors are to provide a quote for the items/services listed below: o Quote shall include a unit and total price for the following bid schedule: CLIN 0001: Ten (10) Power Breezer Mobile Cooling Units, Model PB10-A-1B, or equal Quantity: 10 Unit(s): EA Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ Delivery Date: 30 Days ADC CLIN0002: Delivery Charges Quantity: 1 Unit(s): EA Unit Price: tiny_mce_marker_______ Total Price: tiny_mce_marker_______ Delivery Date: 30 Days ADC *** To be considered for award, note that you or your company must be actively registered with the US Government database System for Award Management (SAM). Vendor must be registered and enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors should provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with their quote. *** Quotes are due to this office no later than 12:00p.m. Eastern Standard Time, 15 September 2015. Quotes must be sent via e-mail to james.tracy.1@us.af.mil. Contracting point of contact: TSgt James Tracy, Contracting Officer, TEL: (919) 722-5439, or email: james.tracy.1@us.af.mil ____________________________________________________________________________________________ Instructions to Offerors: QUOTE SPECIFICS: All quotes must include the following information: 1. Quote shall include the contractors Technical Capability as follows: a) A technical description of the item being offered in sufficient detail to so as to evaluate compliance with the requirements of the attached SOW. This includes, but not limited to product literature, spec sheets, drawings, or other documents, as found necessary to indicate the vendor's ability to satisfy the requirements of the SOW. b) Contractor shall indicate ability to achieve the required delivery date. 2. Quote shall include the contractors Price Quotation as follows: a) Contractor's Unit and Total Price relating to CLIN 0001 above. i. Vendors must note that separate Contract Line Item Numbers (CLINs), are not prescribed for purpose of associated costs entailing taxes, fees, transportation, delivery, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this solicitation, shall be all inclusive of all associated costs (i.e. all material, transportation, labor, delivery, etc.) b) Discount for prompt payment - if any 3. Company Point of Contact with name, address, email address, and telephone number. 4. Quotes must be valid for a period of no less than 45 days. NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract will not be considered by the Government in its evaluation of quotations. This aspect also includes the Government's exclusion from requests by vendors to enter into supplemental agreements from their respective company in order to conduct business under a resultant contract award. Vendors that are not able to comply with the aforementioned conditions will be determined as noncompliant with the solicitation requirements and therefore may be removed from consideration for award. (End of Provision) Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1. Price Quotation 2. Technical Capability (b) Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive, and represents the best value to the government based on selection of the lowest evaluated price that is deemed technically acceptable. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required. The three lowest priced quotes will then be evaluated on technical acceptability. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. If all evaluated vendors are deemed overall "acceptable" in technical, the award will be made to the lowest price. (End of Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. The following clauses and provisions apply to this solicitation: FAR 52.252-1: 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 Vendor 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 address: http://farsite.hill.af.mil/ FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ AFFARS 5352.201-9101 Ombudsman (NOV 2012) (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 interested 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, the interested party may contact the ACC Ombudsmen, Mr. Chris Williams, 129 Andrews Avenue, Suite 102. Langley AFB, VA 23665-2769 Phone (757)764-6512, FAX (757)764-4400, or email: christopher.williams.196@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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) Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management 52.204-18 Commercial And Government Entity Code Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.211-5 Material Requirements 52.211-17 Delivery Of Excess Quantities 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation 2013-O0019) 52.219-1 Small Business Program Representations 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 52.222-50 Combating Trafficking In Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-3 Hazardous Material Identification And Material Safety Data 52.223-5 Pollution Prevention And Right-To-Know Information 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions On Certain Foreign Purchases 52.232-8 Discounts For Prompt Payment 52.232-11 Extras 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-34 Payment by Electronic Funds Transfer--Other Than System for Award Management 52.232-37 Multiple Payment Arrangements 52.232-39 Unenforceability Of Unauthorized Obligations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.242-17 Government Delay Of Work 52.244-6 Subcontracts For Commercial Items 52.247-34 F.O.B. Destination 52.252-4 Alterations In Contract 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations In Clauses 52.253-1 Computer Generated Forms Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.204-7015 Disclosure Of Information To Litigation Support Contractors 252.209-7998 Representation Regarding Conviction of a Felony Criminal 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Unique Identification And Valuation 252.223-7001 Hazard Warning Labels 252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Items 252.246-7000 Material Inspection And Receiving Report 252.247-7023 Transportation Of Supplies By Sea-Basic Air Force Federal Acquisition Regulations (AFFAR): 5352.223-9001 Health and Safety on Government Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T3LR5209AW01/listing.html)
 
Place of Performance
Address: Seymour Johnson AFB, Goldsboro, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN03879817-W 20150912/150910235831-c55c1cc990ab133ee3041f3a90f6f41c (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.