Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
MODIFICATION

39 -- Narrow Aisle Forklift

Notice Date
7/25/2016
 
Notice Type
Modification/Amendment
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-16-Q-0006
 
Archive Date
8/20/2016
 
Point of Contact
Sean A. Burney, Phone: 609-754-2837
 
E-Mail Address
sean.burney.1@us.af.mil
(sean.burney.1@us.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This is a combined synopsis/solicitation for a commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-16-Q-0006 is being issued as a Request for Quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 (effective 15 Jun 16) and Defense Federal Acquisition Regulation Supplement 20160630 (effective 30 Jun 16). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% Woman Owned small business set-aside acquisition. The North American Industrial Classification System Code is 333924 with a small business size standard of 750 employees. The government intends to issue a fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001 - Provide one electric narrow aisle forklift in accordance with the attached statement of work. TOTAL PRICE $_______________ DELIVERY DATE: _____________ DELIVERY ADDRESS: 605 AMXS 1801 Hanger Rd. JB-MDL, NJ 08641 QUOTATION PREPARATION INSTRUCTIONS: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technically acceptable the offeror must include documentation that the items offered meet the salient characteristics of the statement of work. Failure to provide this information will render the offer technically unacceptable and unawardable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs. Offerors are required to fill out and return Federal Acquisition Regulation 52.212-3, Alternate 1 (attached) ATTACHMENTS: 1. FAR 52.212-3, Alternate 1 2. Statement of Work Quotes are due to sean.burney.1@us.af.mil by 3:00 PM EST on 05 Aug 16 APPLICABLE CLAUSES/PROVISIONS BY REFERENCE: Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Federal Acquisition Regulation: 52.204-7 System for Award Management, 52.204-13, System for Award Management Maintenance, 52.204-16, Commercial and government Entity Code Reporting 52.204-17, Owership or Control of Offeror 52.204-18, Commerical and Government Entity Code Maintenance 52.204-20, Predecessor of Offeror 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation, 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations, 52.212-1, Instructions to Offerors- Commercial Items, 52.212-2, Evaluation- Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, 52.222-20, Contracts fort Materials, Supplies, Articles and Equipment Exceeding $15,000, 52.222-25, Affirmative Action Compliance, 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications, 52.233-2, Service of Protest, 52.252-1, Solicitations Provision Incorportated by Reference ( http://farsite.hill.af.mil/ ) 52.252-2, Clauses Incorportated by Reference ( http://farsite.hill.af.mil/ ) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System For Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.211-7003, Item Unique Identification and Valuation 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, 5352.223-9001, Health and Safety on Government Installations 5352.201-9101, Ombudsman The following provisions/clauses are applicable to FAR 52.212-5: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set-aside 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.222-50, Combating Trafficking in Persons, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-16-Q-0006/listing.html)
 
Place of Performance
Address: 605AMXS, 1801 Hanger Rd., JB-MDL, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN04194800-W 20160727/160725235803-1da7c443925a5eabe72e0f3f1ab3b4eb (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.