Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
MODIFICATION

71 -- Mobile Aisle System - Technical Specifications

Notice Date
7/13/2016
 
Notice Type
Modification/Amendment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
 
ZIP Code
88103-5321
 
Solicitation Number
FA485516T0015
 
Archive Date
8/4/2016
 
Point of Contact
Denny De Guzman, Phone: (575)784-4690, Mario Valdez-Iturbe, Phone: 575-784-4409
 
E-Mail Address
denny_chris.de_guzman.1@us.af.mil, mario.valdez_iturbe@us.af.mil
(denny_chris.de_guzman.1@us.af.mil, mario.valdez_iturbe@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Requirements 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 and Defense Change Notice 20160510. 3) The standard industrial classification code is 7125, NAICS is 337215, Small Business Size Standard for this NAICS code is 500 employees. 4) Description: CLIN 0001 (1 EA) - Equipto Mobile Aisle System OR EQUAL CLIN 0002 - FOB Destination Delivery CLIN 0003 - Installation (shimming the shelving unit base is required to ensure it is leveled after installation, the area where the procured shelving unit will be installed does have an uneven floor to facilitate drainage) Salient physical function to be considered "OR EQUAL" must be compatible with Equipto brand 5) There will be one site visit hosted at the location of performance on July 12, 2016. Please send full contact information to the email addresses below if you wish to participate in the site visit prior to submitting your quotation. The exact time will be chosen 3 days prior. Choosing not to participate in the site visit will not disqualify potential contractors, but will increase the chance that the proposed system is not technically acceptable. All submittals shall include a technical sheet with all applicable dimensions, certifications, and diagrams depicting the system in its final configuration. 6) Delivery shall be F.O.B. Destination to: 43rd IS 112 Albright Ave. Cannon AFB, NM 88103 Attn: MSgt Jamie F. Viau The following provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions, the stated Delivery Date, and Quality Products (Equipto brand Mobile Aisle System or Equal) (i.e., products brochures and/or products data shall be attached to the price proposal). All offers will be ranked according to the total evaluted price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place. *All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following FAR clauses applies to this acquisition: FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes... FAR 52.204-7 System for Award Management FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation. FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. FAR 52.219-1 Alt I Small Business Program Representations. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.225-18 Place of Manufacture. FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.243-1 Changes -- Fixed-Price. FAR 52.246-2 Inspection of Supplies -- Fixed-Price. FAR 52.246-16 Responsibility for Supplies. FAR 52.247-34 -- F.o.b. - Destination Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor (above micro-purchase), FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.225-25 FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Governments Interest When Subcontracting, FAR 52.222-36 Equal Opportunity for Workers With Disabilities, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.225-3 Buy American -Free Trade Agreements - Israeli Trade Act The following DFARS clauses cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7003 Agency Office of the Inspector General, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7006 Billing Instructions. DFARS 252.204-7011 Alternative Line Item Structure. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, DFARS 252.223-7008 Prohibition of Hexavalent Chromium, DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate. DFARS 252-225-7001 Buy American and Balance of Payments Program, DFARS 252-225-7002 Qualifying Country Sources as Subcontractors, DFARS 252.225-7048 Export-Controlled Items, DFARS 252.232-7003 Electronic Submission of Payment Request, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.247-7023 Transportation of Supplies by Sea - Basic. The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman 7) Quotes must be signed, dated and submitted by 20 July 2016, 2PM, Mountain Standard Time. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer. Primary: A1C Denny Chris De Guzman - denny_chris.de_guzman.1@us.af.mil Alternate: A1C Mario Alex Valdez Iturbe - mario.valdez_iturbe@us.af.mil 8) For further inquiries, please email the POC's listed above or the Contracting Officer, SSgt Bethany Hamilton at bethany.hamilton.1@us.af.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-07-08 12:49:06">Jul 08, 2016 12:49 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-07-13 10:47:55">Jul 13, 2016 10:47 am Track Changes The purpose of this modification is to revise the attached Technical Specifications. An 'or equal' product will be acceptable and not need be interchangeable (shelvings/brackets) with Equipto to be accepted. Also, to extend the solicitation to the 20th of July 2016 2pm MST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA485516T0015/listing.html)
 
Place of Performance
Address: 43rd IS, 112 Albright Ave., Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN04180626-W 20160715/160713234426-2755587170b6d4f8493111685ef8c49b (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.