Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
MODIFICATION

71 -- 30 MDG Workbench

Notice Date
7/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FM461052530015
 
Archive Date
8/2/2016
 
Point of Contact
Andrew P Bossert`, Phone: 8056057040, Charles Gill, Phone: 8056057031
 
E-Mail Address
andrew.bossert.1@us.af.mil, charles.gill.2@us.af.mil
(andrew.bossert.1@us.af.mil, charles.gill.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# FM461052530015 Submit written offers in accordance with (IAW) CLIN structure outlined in announcement. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87 and DFARS DPN 20160325 North American Industrial Classification Standard (NAICS) 337127 and Size Standard of 500 employees apply to this procurement. Purchase Request: #FM461052530015 Project Title: 30 MDG Workbench 1. Please see attached Project Description and drawings dated 13 April 2016 for detailed description of required duties. 2. Quotes shall be valid until 30 Sep 2016. 3. Date of delivery will be from 1 August 2016 through 31 August 2016. 4. All questions or comments relating to this solicitation must be provided to the Contract Specialist (CS), 2nd Lt Andrew Bossert at andrew.bossert.1@us.af.mil, in writing via email NLT Wednesday April 20, 2016 at 12:00PM. Answers will be posted NLT Wednesday April 27, 2016 at 12:00PM. Telephone and other means of oral communication will not be permitted. 5. Quotes must be received by email to the Contract Specialist (CS), 2nd Lt Andrew Bossert at andrew.bossert.1@us.af.mil No Later Than (NLT) 10:00AM PST Monday, 18 July 2016. 6. Quotes shall conform to the CLIN structure as established in this synopsis/solicitation. Please see attached Request for Quote (RFQ) template for established CLIN structure. The contract will be Firm Fixed Price. The following clauses are incorporated by reference in the final award: 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 Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contacting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facility 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 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages under Executive Order 13658 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Building, Equipment and Vegetation 52.242-15 Stop-Work Order 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7006 Billing Instructions 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act & Balance of Payments 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances The following clauses are incorporated by full text in the final award: 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes or Executive Orders (ix): N/A 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003 Item Identification and valuation (Auth. 211.274-6 (a)(1)) 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman (c): AFICA/ KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations (b): No Additional Items (c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.204-7011 Alternative Line Item Structure 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.225-7000 Buy American Statute - Balance of Payments Program Certificate The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items (a) 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: (i): technical capability of the item offered to meet the Government requirement; (ii): price 52.212-3, Alt I Offeror Representations and Certifications - Commercial Items Alternate I 52.252-1 Provisions Incorporated by Reference http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2016-O0003)(Oct 2015) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law Lack of proper registration in SAM will make an offeror ineligible for contract award. All quotes should be valid for 90 days. Quotes must be sent to 2nd Lt Andrew Bossert at andrew.bossert.1@us.af.mil No Later Than 10:00AM PST Monday, 18 July 2016. Note: Email 2nd Lt Andrew Bossert at andrew.bossert.1@us.af.mil to acknowledge all FBO notice amendments NLT 10:00AM PST Monday, 18 July 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FM461052530015/listing.html)
 
Place of Performance
Address: 338 South Dakota, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN04183927-W 20160717/160715234009-5f4d7a3f513c94c33488e54184503074 (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.