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

J -- JLG Boom Lift Maintenance - Package #1

Notice Date
7/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, US Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280, Turkey
 
ZIP Code
00000
 
Solicitation Number
FA5685-16-Q-0024
 
Archive Date
8/10/2016
 
Point of Contact
Benjamin Godfrey, Phone: 011903223168074, David J. Alvarez,
 
E-Mail Address
benjamin.godfrey.1@us.af.mil, david.alvarez.1@us.af.mil
(benjamin.godfrey.1@us.af.mil, david.alvarez.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CLIN Pricing Detail Performance Work Statement Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. General Information Notice Type: Combined Synopsis/Solicitation Solicitation Number: Title: FA5685-16-Q-0024 High Reach Platform Maintenance Posted Date: 12 July 2016 Questions Due Date: 19 July 2016 Solicitation Response Date: 26 July 2016 Estimated Award Date: 27 July 2016 Set Aside: Full and Open without exclusions - (See DECA info) Classification Code: 7699, Repair Services, Nec NAICS Code: 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance DECA information "Due to an established economic agreement between the United States Government and the Government of Turkey, the U.S. Air Force intends to award this solicitation to a business concern within the country of Turkey, as required by the Defense and Economic Cooperation Agreement, Supplementary Agreement 3, Article VI. If it is discovered that the U.S. Air Force is not able to make award to a business concern within the country of Turkey, it reserves the right to make award to a business concern that is not within the country of Turkey." Business concerns not within the country of Turkey should be aware of challenges associated with doing business in the Republic of Turkey. Challenges may include: • Turkey Social Security Tax (may be as high as 80%) • VISA • Turkey Residency Permit • Business certificates/licenses as required by the country of Turkey • Turkey requires a CE marking (European Union Standards/certification conformity) on all goods imported into the country • Customs clearance • Health Care insurance not provided by contract • U.S. base housing not provided • U.S. base support facilities not authorized/provided (i.e. medical, commissary, Base Exchange, fuel station, etc.) Additional information may be found at: http://turkey.usembassy.gov/doing_business_in_turkey.html http://export.gov/turkey/doingbusinessinturkey/index.asp Synopsis 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. Additionally, the Government will utilize simplified procedures in accordance with Subpart 13. This announcement constitutes the only solicitation; quotes are being requested and a separate solicitation will not be issued. II. This solicitation is issued as a request for quotation (RFQ) IAW FAR Part 12 and 13. Submit written quotes or electronic quotes on RFQ reference FA5685-16-Q-0024. III. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. V. This combined synopsis/solicitation is for high reach platform maintenance. VI. The following commercial service is requested: High-Reach platform maintenance. List of Attachments: - Attachment 1, Performance Work Statement (PWS) (8 July 2016) - Attachment 2, Requirement CLINs Pricing Detail (12 July 2016) VII. The period of performance for this requirement is from 1 October 2016 - 30 September 2017. The service is to be performed at the below address. 728 AMS/MXA Incirlik AB, Turkey ATTN: SSgt Devon J. Malarkey VIII. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. Please see the addendum below. Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items (April 2014) GENERAL INSTRUCTIONS: Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." IX. The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. Please see the addendum below. Addendum to FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) The Government will award one contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is determined to offer the Best Value to the Government. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated on price and the offeror's ability to meet the delivery and the specification requirements in Attachment, 1 & 2 of this combined synopsis/solicitation. X. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2016), Alternate I (Oct 2014), with their offer, or complete paragraph (b) of 52.212-3, if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov. XI. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition. XII. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2016), applies to this acquisition; additional FAR clauses cited in the clause are: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). 52.222-19, Child Labor - Cooperations with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (End of clause) XIII. Additional provisions and clauses that apply to this acquisition are: FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.214-34 Submission of Offers in the English Language FAR 52.214-35 Submission of Offers in U.S. Currency FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.225-14 Inconsistency Between English Version and Translation of Contract FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification FAR 52.232-18 Availability of Funds FAR 52.233-1 Disputes FAR 52.233-2 Service of Protest (David Alvarez, 39 CONS/LGCB, Unit 7090 Box 127, APO, AE 09824, Bldg. 485, Incirlik Hava USSU, Adana Turkey) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (https://farsite.hill.af.mil) FAR 52.252-2 Clauses Incorporated by Reference (https://farsite.hill.af.mil) DFARS 252.204-7004 Alt A System for Award Management Alternate A DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.222-7002 Compliance With Local Labor Laws (Overseas) DFARS 252.225-7041 Correspondence in English; DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties DFARS 252.229-7001 Tax Relief (18%) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DFARS 252.232-7008 Assignment of Claims (Overseas) DFARS 252.232-7010 Levies on Contract Payments DFARS 252.233-7001 Choice of Law (Overseas) DFARS 252.244-7000 Subcontracts for Commercial Items AFFARS 5352.201-9101 Ombudsman (Douglas Guldan, HQ USAFE/A7K, Telephone Number: DSN: (314) 480-2209, COMM: 0049-6371-47-2209, Email: douglas.guldan@us.af.mil) AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installation XIV. All firms shall obtain base access and must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quote submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. All quotes must include registered DUNS, CAGE codes, Tax ID, and small business status, and any applicable GSA contract number. XV. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. XVI. Questions must be received no later than 1100 Eastern European Time (EET) 19 July 2016. Any questions received after the specified date will not be answered. Quotes must be received no later than 1100 Eastern European Time (EET) 26 July 2016. Contracting Office Address: Department of the Air Force, United States Air Force Europe, 39 CONS/LGCB, Unit 7090 Box 127, APO AE 09824-0127 Building No. 485 Incirlik HAVA USSU Adana, Turkey Place of Delivery: 728 AMS/MXA Incirlik AB, Turkey ATTN: SSgt Devon Malarkey XVII. If there are any questions on the requirement, please contact the individuals below: Benjamin Godfrey Contract Administrator Phone (011) (90) 322-316-8075 DSN 676-8075 Email benjamin.godfrey.1@us.af.mil David J. Alvarez Contracting Officer Phone (011) (90) 322-316-8075 DSN 676-8075 Email david.alvarez.1@us.af.mil Attachments: Attachment # Title Page Numbers 1 Performance Work Statement (PWS) (8 July 2016) 3 2 Requirement CLINs Pricing Detail (12 July 2016) 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/70259a529d63119734f55e81f88b0d0e)
 
Place of Performance
Address: 728 AMS, Incirlik AB (HAVA USSU) Adana, Turkey
 
Record
SN04180293-W 20160714/160712235801-70259a529d63119734f55e81f88b0d0e (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.