Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOLICITATION NOTICE

25 -- Mule Enclosures - Brand Name Justification

Notice Date
7/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336390 — Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8201-16-R-MULE
 
Archive Date
8/17/2016
 
Point of Contact
Andrew R Dowling, Phone: 8017752212, Schneidig Aroche, Phone: 8015863846
 
E-Mail Address
andrew.dowling@us.af.mil, Schneidig.Aroche@us.af.mil
(andrew.dowling@us.af.mil, Schneidig.Aroche@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification Letter Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for the acquisition of commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii) Solicitation Number: FA8201-16-R-MULE This solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-71. (iv) Contracting Officer's Business Size Selection: 100% Total SB Set-Aside NAICS Code: 336390 Small Business Size Standard: 750 employees (v) CLIN 0001 - 92144-1919 KA SPRING. QTY: 8 EA CLIN 0002 - KAF40T-001BA KA 4000 T4 FRONT CAB. QTY: 4 EA CLIN 0003 - KAF40T-002BA KA TRANS4 REAR CAB. QTY: 2 EA CLIN 0004 - KAF40T-003BLK KA 4000 STL FRT DRS- BLK. QTY: 4 EA CLIN 0005 - KAF40T-004BLK KA 4000T4 STL R DRS- BLK. QTY: 2 EA CLIN 0006 - KAF30-012 KA MULE 3000 WIPER KIT. QTY: 4 EA (vi) Description of item(s) to be acquired: Please see the attached Brand Name Justification. The contractor shall provide all items according to the CLIN structure, no exceptions. (vii) Dates and Place of Performance: Delivery of Mule Enclosures and parts will be 30 days After Date of Contract (ADC). FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1400 MST, 2 August, 2016 via electronic mail to andrew.dowling@us.af.mil. Submit quotations on company letterhead or pricing document; contractor format acceptable. Quotations must include as a minimum: 1. The solicitation number; 2. The time specified in the solicitation for receipt of offeror; 3. The name, address, and telephone number of the offeror; 4. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; 5. Price and any discount terms; 6. "Remit to" address, if different than mailing address; 7. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. The government reserves the right to make award on the initial quote without discussions. (ix) 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) price; (ii) technical capability of the item offered to meet the Government requirement; (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which fully meets all specifications IAW the Specifications. The lowest priced proposal will be evaluated first for technical acceptability (to be based on the specifications in the CLIN), If found technically acceptable, no other proposals will be evaluated. The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, 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. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Deviation 2013-O0019) (Jul 2014), applies to this acquisition; and the following FAR clauses cited in the clause are applicable to the acquisition: (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ____ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247 (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Additional Contract Requirement or Terms and Conditions: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (IAW FAR 52.107(b)) 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 address(es): http://farsite.hill.af.mil. 52.204-7 System for Award Management (Jul 2013) 52.219-6 Notice of Total Small Business Set-Aside 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.252-3 Alteration in Solicitation 52.247-34 F.O.B. Destination (Nov 1991) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) Details will be provided on award. 252.211-7003 Item Unique Identification and Valuation Details will be provided on award. 252.244-7000 Subcontracts for Commercial Items 5352.201-9101 Ombudsman (APR 2014) (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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Mr. Kevin Flinders AFMC OL_H/PZC 801-777-6549, kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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) (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) Proposal Submission Information: All questions or comments must be sent to SSgt Andrew Dowling by email at andrew.dowling@us.af.mil, NLT 1400 MST, 28 July 2016. Responses to questions will be posted NLT 1400 MST, 29 July 2016. Offers are due by 1400 MST, 2 August 2016 via electronic mail to andrew.dowling@us.af.mil. (xv) For additional information regarding the solicitation contact SSgt Andrew Dowling at 801-775-2212. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201-16-R-MULE/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04197043-W 20160728/160726235712-2f4fd31880b0b7490768bfcb289c8cb2 (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.