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
MODIFICATION

23 -- Training Motorcycles - SoW Revision One dated 9 Sep 2015

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
336991 — Motorcycle, Bicycle, and Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M0W15240AW01
 
Archive Date
10/1/2015
 
Point of Contact
Terry G. Harrelson, Phone: 8439635182
 
E-Mail Address
terry.harrelson.1@us.af.mil
(terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ sheet Revision One dated 9 Sep 2015 SoW Revision One dated 9 Sep 2015 AMENDMENT TWO: The purpose of this amendment is to change the item description of the SoW and RFQ sheet from Honda CBR250R or equal to Honda CBR300R or equal. The Government has become aware the original item Honda CBR250R is not available in the 2015 model. Revised SoW and RFQ sheet documents are provided. Contractors are to ensure they review both document's Revision One dated 9 Sep 2015, and submit their response utilizing the RFQ sheet Revision One document. Offerors having already submitted their response may revise or withdraw their offer. AMEMDMENT ONE: The purpose of this amendment is to remove FAR Clause 52.219-6 Notice of Total Small Business Set-Aside. COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) 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. Quotes are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M0W15240AW01 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 03 Aug 2015. (iv) This acquisition is issued on an unrestricted basis. The associated NAICS code is 336991 with a 500 employee size standard. A firm fixed price contract is contemplated. (v) Contractors shall submit a lump sum quote for three (3) 2015 Honda CBR 250R or equal and three (3) Susuki TU250X or equal motorcycles, to include delivery to Zip Code 29445, Joint Base Charleston- Weapons Station, SC. The RFQ format is attached to this combination solicitation/synopsis that will used to submit quotes. The contractor shall also submit the specifications for items submitted that are sufficient for evaluation. After award, these documents will become part of the contract. All responsible sources may submit a quote, which shall be considered. Through market research it was found that no American made products that meet the salient characteristics of this requirement, however if American made equipment product is proposed BAA provisions and clauses will apply. FAR 25.103(b)(3) states that a written determination is not required if all of the following conditions are present: (i) The acquisition was conducted through full and open competition. (ii) The acquisition was synopsized IAW FAR 5.201 (iii) No offer for a domestic product was received. ** If submitting or equal, vendor must address salient characteristics listed in the attached Statement of Work.** (vi) The contractor will be responsible for providing all management, tools, materials, supplies, equipment, and labor necessary to supply these items. (vii) Delivery shall be complete within forty-five (30) calendar days of award, FOB destination. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial (ix) FAR 52.212-1, Instructions to Offerors - Commercial Prospective Offerors shall submit their RFQ response utilizing the attached RFQ sheet. Offerors shall be required to provide confirmation the items supplied are the requested items listed at paragraph (v) of this combination synopsis/solicitation. Offerors shall be required to submit product information for "or equal" RFQ responses. Product information must identify the product charateristics identifed in the Statement of Work attached to this combination synopsis/solicitation. (x) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1. Technical capability of the item offered to meet the Government requirement. The Government will evaluate the total price of the offer for award purposes. The Government will award a contract to the lowest priced, technically acceptable offer. 2. Price. The Government will evaluate the technical acceptability of the products offered by each Offeror for acceptability against the characteristics identified in the RFQ Statement of Work. Of the Offerors submitting technically acceptable products, those Offeror's will be evaluated against their offered prices. Award will be issued to the lowest priced/technically acceptable offer. (xi) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xii) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xiii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition.  FAR 52.211-17, Delivery of Excess Quantities  FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply  FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.  FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xiv) The following additional clauses are applicable to this procurement.  FAR 52.204-7, System for Award Management  FAR 52.211-6, Brand Name or Equal  FAR 52.219-14, Limitations on Subcontracting  FAR 52.222-21, Prohibition Of Segregated Facilities  FAR 52.222-26, Equal Opportunity  FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration  FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era  FAR 52.222-36, Affirmative Action for Workers With Disabilities  FAR 52.222-37, Employment Reports On Veterans  FAR 52.222-50, Combating Trafficking in Persons.  FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving  FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.  FAR 52.225-13, Restrictions on Certain Foreign Purchases  FAR 52.253-1 Computer Generated Forms  DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the SAM will be ineligible for award (register at http://www.sam.gov/ or call 1-800-334-3414).  DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate  DFARS 252-225-7001, BAA - Balance of Payments Program  DFARS 252.225-7002, Qualifying Country Sources as Subcontractors  DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) AFFARS 5352.201-9101 Ombudsman OMBUDSMAN (APR 2014) (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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregg Oneal, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman 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) 256-2395, 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) (xv) Defense Priorities and Allocations System (DPAS): N/A (xvi) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 15 September 2015 no later than 12:00 PM EST. Requests should be marked with solicitation number F1M0W15240AW01. (xvii) Address questions to Terry Harrelson, Contracting Officer, at (843) 963-5182, fax (843) 963-5183, email terry.harrelson.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M0W15240AW01/listing.html)
 
Place of Performance
Address: Joint Base Charleston - Weapon Station, 3 Freedom Road, Goose Creek, South Carolina, 29445, United States
Zip Code: 29445
 
Record
SN03881106-W 20150912/150911001015-b14e113c24e77e70ded19e14816a247a (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.