Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

N -- Outfitting SFS Vehicals - Performance Work Statement - Security Forces Appendix - SF Vehicle K-9 Vehicle Decal Design and Placement Pictures - Anti-Terrorism Statement - SF Vehicle Police Decal Design and Placement Pictures - Wage Determination 2005-2449 Revision Number 17

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
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-0032
 
Archive Date
10/7/2016
 
Point of Contact
Tyler J. Ingalls, Phone: (609) 754-4690
 
E-Mail Address
tyler.ingalls@us.af.mil
(tyler.ingalls@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination 2005-2449 Revision Number 17 SF Vehicle Police Decal Design and Placement Pictures Anti-Terrorism Statement SF Vehicle K-9 Vehicle Decal Design and Placement Pictures Security Forces Appendix Performance Work Statement This is a combined synopsis/solicitation for a commercial item 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-0032 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective 15 Aug 2016 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20160830 dated 30 Aug 2016. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% Small Business set-aside. The North American Industrial Classification System Code is 811198 with a small business size standard of $7.5M. The government intends to issue a firm fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001 - FABRICATION AND INSTALLATION OF VEHICLE GRAPHICS - 4 DODGE RAMS 1500 IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT QTY: 4 EACH CLIN 0001 TOTAL: $ __________________ CLIN 0002 - FABRICATION AND INSTALLATION OF VEHICLE GRAPHICS - 3 DODGE RAMS 1500 WITH K-9 SENTINA CAGE IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT QTY: 3 EACH CLIN 0002 TOTAL: $ __________________ CLIN 0003 - REMOVAL OF EXISTING GRAPHICS - 4 DODGE RAMS 1500, 2 CHEVY SUBURBAN,1 CHEVY SILVERADO, 1 FORD F250 IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT QTY: 8 EACH CLIN 0003 TOTAL: $ __________________ CLIN 0004 - PURCHASE AND INSTALLATION OF 3 DODGE RAM 1500 DOOR POP SYSTEM IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT QTY: 3 EACH CLIN 0004 TOTAL: $ __________________ CLIN 0005 - REMOVAL AND INSTALLATION OF ALL EXISTING EQUIPMENT ON MATCHING VEHICLES - 4 DODGE RAM 1500 IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT QTY: 4 EACH CLIN 0005 TOTAL: $ __________________ CLIN 0006 - REMOVAL OF EXISTING EQUIPMENT - 1 RAM 1500, 2 CHEVY SUBURBAN, 1 CHEVY SILVERADO, 1 FORD F250, 1 CHEVY 2500HD IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT QTY: 6 EACH CLIN 0006 TOTAL: $ __________________ CLIN 0007 - PURCHASE AND INSTALLATION OF GRAPHICS, LIGHTS/SIRENS/GUN RACK/SWITCH CONSOLES/PA SYSTEM/RADIOS/PUSH BUMPER AND ALL ASSOCIATED EQUIPMENT FOR 2 JEEP CHEROKEES IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT QTY: 2 EACH CLIN 0007 TOTAL: $ __________________ CLIN 0008 - PURCHASE AND INSTALLATION OF GRAPHICS, LIGHTS/SIRENS/GUN RACK/SWITCH CONSOLES/PA SYSTEM/RADIOS/PUSH BUMPER AND ALL ASSOCIATED EQUIPMENT FOR 1 DODGE RAM 1500 IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT QTY: 1 EACH CLIN 0008 TOTAL: $ __________________ CLIN 0009 - PURCHASE AND INSTALLATION OF GRAPHICS, LIGHTS/SIRENS/GUN RACK/SWITCH CONSOLES/PA SYSTEM/RADIOS/PUSH BUMPER AND ALL ASSOCIATED EQUIPMENT FOR 1 CHEVY COLORADO IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT QTY: 1 EACH CLIN 0009 TOTAL: $ __________________ TOTAL CONTRACT PRICE tiny_mce_marker_______________ Quotes are due on: 22 September 2016 1:00 PM EDT Quotes will be submitted to: SSgt Tyler Ingalls (tyler.ingalls@us.af.mil) APPLICABLE CLAUSES/PROVISIONS: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-19, Incorporation by Reference of Representations and Certifications FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors, Commercial Items ADDENDUM TO 52.212-1: Award will be made to the lowest priced technically acceptable offeror FAR 52.212-2, Evaluation - Commercial Items ADDENDUM TO 52.212-2: To be technically acceptable the offeror must provide documentation that they have performed these services (to include installation and removal and equipment and application of decals). Offerors who do not provide the required documentation will be rated as technically unacceptable and their offer will be unawardable. FAR 52.212-3, Offerors Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.225-2, Buy American Certificate FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representations Relating to Compensation for Former DoD Officials DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing Contract Modifications AFFARS 5352.201-9101, Ombudsman. The following provisions and clauses are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - 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 - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 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 52.225-1, Buy American - Supplies 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. Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. 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. ATTACHMENTS: 1. Performance Work Statement 2. SF Vehicle Police Decal Design and Placement Pictures 3. SF Vehicle K-9 Vehicle Decal Design and Placement Pictures 4. Security Forces Appendix 5. Anti-Terrorism Statement 6. Wage Determination 2005-2449 Revision Number 17
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-16-Q-0032/listing.html)
 
Place of Performance
Address: See paragraph 5.0 of the Performance Work Statement, United States
 
Record
SN04274176-W 20160917/160916000403-6b701994bbc42ff683e884359836d868 (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.