Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOLICITATION NOTICE

51 -- 90 SSPTS Tool Room Upgrade – Tool Chest/Cabinet/Storage - Combo Doc

Notice Date
7/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 90 CONS, 7505 Barnes Loop, F.E. Warren AFB, Wyoming, 82005, United States
 
ZIP Code
82005
 
Solicitation Number
FA4613-16-Q-1010
 
Archive Date
8/11/2016
 
Point of Contact
Courtney B. Chiporo, Phone: 3077733749, Larry Barto, Phone: 307-773-5686
 
E-Mail Address
courtney.chiporo@us.af.mil, larry.barto.1@us.af.mil
(courtney.chiporo@us.af.mil, larry.barto.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Layout of parts room. Combined synopsis/solicitation that provides details and contact information for the requirement. Combined Synopsis/Solicitation Solicitation Number: FA4613-16-Q-1010 Purchase Description: 90 SSPTS Tool Room Upgrade - Tool Chest/Cabinet/Storage This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as full and open competition. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA4613-16-Q-1010, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 32439, with a small business standard of 500. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-88 effective 15-Jun-16, Defense Federal Acquisition Regulation Supplement DPN 20160630 effective 30-Jun-16 and Air Force Federal Acquisition Regulation Supplement AFAC 2016-0603 effective 6/3/2016 DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination. See Attachment for Room Layout and Measurements. Site visit available upon request. CLIN 0001: Magnetic Panel, 12" x 12" Quantity: 8 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0002: Magnetic Tool Tray, 11 5/8" L x 10 3/4" W x 1/2" D Quantity: 8 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0003: Tote Bag (with removeable Parts Bin) 15" x 10.5" x 12" Quantity: 2 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0004: Parts Room Components to include the following (Brand name or equal/similar or like item) Snap-on Part # Qty Description KRL1099PBO 1.00 •KRL1099 Series PowerCab TM End Cabs fit on the side of any double bank or larger 1000 Series Snap-on® Roll Cab. •They feature Integrated power for charging batteries in a secure location. •Slots and Dots TM side panel allows you the flexibility to store power tools in multiple locations. •Additional storage is provided with a 45°shelf and a flat shelf. NOTE : Requires 1011j9000PV Base for final look to match tool storage. KRL5445A 1.00 Cabinet, Bulk Overhead KRL7245A 2.00 Master Series Workstation Riser Series. Adds additional tool security and bulk storage to Workstation Risers. ----72 25/32 X 27 9/16 X 18 1/8 ELL640 3.00 72" Defused LED Light with 11' power cord and power supply, on/off switch. Includes Pivotm Magnet Mounts and Magnets CHTRECSD120 1.00 Block Style Riser for over head bulk cabinet w/ 2 Electric Quads Built In and stainless slots and dots stainless. 120"L X 18"D X 18"H. Includes Mounting Hardware & Hardware Cover Caps CHTRECSD96 2.00 Block Style Riser for over head bulk cabinet w/ 2 Electric Quads Built In and stainless slots and dots stainless. 96"L X 18"D X 18"H. Includes Mounting Hardware & Hardware Cover Caps WSBKRSST29120X 1.00 Custom Stainless Steel Top - 29"D x 108.10" - 120" W WSBKRSST29108X 2.00 Custom Stainless Steel Top - 29"D x 96.10" - 108" W, With or without integral back splash. MS200-SERIES KEY ALIKE 8.00 Master Lock Series Key and Plug Assembly. Numbers are MS200KP Through MS299KP. The Master Key Part Number For This Series is MK2. MS2K 1.00 Master Key For MS200 Series Locks SPP804-2 56.00 Tray, Parts, Drawer Insert, 35 Compartments, 1 5/16" H x 14 9/16" W x 21 7/16" D KRS7023C 4.00 Tool Box, Triple Bank 19 Drawers with levelers - Front Skirt CHT2416A 4.00 Wall or Riser Mounted Overhead Bulk Storage. 24"W x 18" D x 19.75" H CHT3616A 6.00 Wall or Riser Mounted Overhead Bulk Storage. 36 W x 18" D x 20" H 29SKIRTSET 1.00 2 Side Skirts For KRS7023C COMPACC3 4.00 Compacc---Under Cabinet Mount 8638D17 and adjustable Keyboard tray and mouse pad 6531D Quantity: 1 Unit of Issue: Lot Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ •1. Provide a brochure or other written literature showing your product will meet the technical specifications listed in CLIN 0001, CLIN 0002, CLIN 0003 and CLIN 0004. •2. BRAND NAME OR EQUAL/SIMILAR OR LIKE ITEM ACCEPTABLE DELIVERY DATE(S): 30 days ADC PLACE OF DELIVERY: FE Warren AFB, WY 82005 United States Responses/quotes MUST be received no later than Wednesday, July 27, 2016; 2:00 PM (Mountain Standard/Daylight Time). Forward responses by e-mail to courtney.chiporo@us.af.mil Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information, refer to: https://www.sam.gov/portal/public/SAM/ APPLICABLE FAR CLAUSES: FAR 52.212-1 (Instructions to Offerors - Commercial Items) (OCT 2015) FAR 52.212-2: Evaluation - Commercial Items (OCT 2014): Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer represents the lowest priced technically acceptable offer using the following evaluation criteria: (a) Technical Capability: Meets brand name or equal Government requirement/specifications as identified within each CLIN. Contractors providing "as equal" items must provide the manufacturer, model/parts numbers, and specification data adequate in determining whether the products meet the salient features provided for in the solicitation. For supplies the Government will consider offers/quotes only from "authorized resellers/distributors" of the offered manufacturers. (b) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (DEC2014) or indication that offeror representations and certifications are in System for Award Management (SAM). FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (MAY 2015) FAR 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (JUN 2016) 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 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 addresses: http://farsite.hill.af.mil/VFFARa.htm http://farsite.hill.af.mil/VFDFARa.htm http://farsite.hill.af.mil/vfaffara.htm 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/these addresses: http://farsite.hill.af.mil/VFFARa.htm http://farsite.hill.af.mil/VFDFARa.htm http://farsite.hill.af.mil/vfaffara.htm 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). INVOICE AND RECEIVING REPORT (COMBO) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not Applicable (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4613 Admin DoDAAC FA4613 Inspect By DoDAAC F1Y6AA Ship To Code F1Y6AA Service Approver (DoDAAC) F1Y6AA Service Acceptor (DoDAAC) F1Y6AA (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. cory.galaz@us.af.mil courtney.chiporo@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Not Applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of Clause) 5352.201-9101 OMBUDSMAN (JUN 2016) (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, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [i nsert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1515420aadb4045d3368712c03a6acb8)
 
Place of Performance
Address: F. E. Warren AFB, Wyoming, 82005, United States
Zip Code: 82005
 
Record
SN04179168-W 20160714/160712234721-1515420aadb4045d3368712c03a6acb8 (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.