Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOLICITATION NOTICE

47 -- Aluminum Piping- Dare County Bomb Range, NC

Notice Date
6/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1570 Wright Brothers Ave, Bldg 2903, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
F3T3CE6165A900
 
Archive Date
7/16/2016
 
Point of Contact
Timothy Fletcher, Phone: 919-722-1727, Brian G. Lindsay, Phone: 9197223105
 
E-Mail Address
Timothy.Fletcher.3@us.af.mil, brian.lindsay.2@us.af.mil
(Timothy.Fletcher.3@us.af.mil, brian.lindsay.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation RFQ - CE Piping - Reference ( F3T3CE6165A900 ) Purchasing Agency: 4th Contracting Squadron - 4 CONS/LGCB 1570 Wright Brothers Ave. Bldg 2903 Seymour Johnson AFB, NC 27531-2459 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 F3T3CE6165A900. This requirement is being solicited as a 100% Small Business set-aside. The NAICS code for this requirement is 332322 - Sheet Metal Work Manufacturing, with a size standard of 500 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 Effective 06-April-2016. Defense Federal Acquisition Regulation DPN 20160325, Effective 25-March-2016. Air Force Federal Acquisition Regulation AFAC 2015-1001, Effective 01-October-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: Aluminum Pipe 5 Each UNIT $________ TOTAL: $________ Description: 72" diameter 12 ga aluminum pipe, 40' long. CLIN 0002: Aluminum Flashboard Riser 1 Each UNIT $________ TOTAL: $________ Description: 96" wide aluminum flashboard riser, 10' height, 72" diameter 12 ga outlet pipe, 40' long. CLIN 0003: Aluminum Flashboard Riser 2 Each UNIT $________ TOTAL: $________ Description: 96" wide aluminum flashboard riser, 10' height, 72" diameter 12 ga outlet pipe, 30' long. ___________________________________________________________________________________ TOTAL AMOUNT: $________ *FOB Destination for delivery to: **DELIVERY 30 Days After Receipt of Contract AF Dare County Bomb Range F-15E Stomper Expressway Stumpy Point, NC 27978 *** To be considered for award, note that the offeror must be actively registered with the US Government database System for Award Management (SAM). Vendors must be registered and/or 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 must provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with the quote. *** Quotes are due to this office no later than 2:00p.m. Eastern Standard Time, 1 July 2016. Quotes must be sent via e-mail to timothy.fletcher.3@us.af.mil, brian.lindsay.2@us.af.mil. Contracting points of contact: A1C Timothy Fletcher, Contract Specialist, TEL: (919) 722-1727 or e-mail: timothy.fletcher.3@us.af.mil 1Lt Brian Lindsay, Contracting Officer, TEL: (919) 722-5445 or email: brian.lindsay.2@us.af.mil ___________________________________________________________________________________ _ Instructions to Offerors: QUOTE SPECIFICS: All quotes must include the following information: •1. Quote shall include the contractor's Price as follows: •a) The government shall place in order all responsive proposals by price. The unit price of the offeror's proposal shall control any conflict between the unit price and the extended amount submitted in response to this solicitation. Failure to propose for any item in the Price Schedule may cause the offeror's proposal to be rejected as non-responsive. Award will be made based on the total price. •b) Materials must be delivered within the timeline specified in the Quote Schedule. •2. Company Point of Contact with name, address, email address, and telephone number. •3. 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 (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 the quotation received is determined to be "unacceptable" in the technical performance factor, the vendor will be excluded from competition and will not be considered for award. Only those quotes with "acceptable" ratings for technical evaluation will be considered for award. If all evaluated vendors are deemed overall "acceptable" for technical the award will be made based on 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 (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 ACC Ombudsmen, ACC Ombudsmen, Lt Col Lateef M. Hynson, 129 Andrews Avenue, Suite 102, Langley AFB, VA 23665-2769; Phone (757) 764-5372, FAX (757) 764-4400; or email: lateef.hynson@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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. (INTERIM CHANGE: See Policy Memo 14-C-05) (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: 52.204-7 System For Award Management 52.204-9 Personal Identity Verification of contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I 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) 52.219-6 Notice of total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Act Of 1965 52.222-42 Statement of Equivalent Rates For Federal Hires 52.222-50 Combat Trafficking in Persons 52.222-99(Dev) Establishing a Minumum Wage for Contractors (Deviation 2014-O0017) 52.223-6 Drug-Free Workplace 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.228-5 Insurance - Work On A Government Installation 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management Department of Defense Federal Acquisition Regulations Supplement (DFARS): 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 System for Award Management Alternate A Alt A 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.209-7999 Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony or a Felony Conviction Under Any Federal Law (Deviation 2012-O0004) 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 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 252.246-7000 Material Inspection And Receiving Report Air Force Federal Acquisition Regulations Supplement (AFFARS): 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODSs) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFARS, 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/F3T3CE6165A900/listing.html)
 
Place of Performance
Address: F-15E Stomper Expressway, AF Dare County Bomb Range, North Carolina, 27978, United States
Zip Code: 27978
 
Record
SN04166812-W 20160701/160629235629-f0293ea32aac2ca3313dd1b594fe013d (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.