Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
SOLICITATION NOTICE

54 -- Melrose Air Force Range (MAFR) Tornado Shelters

Notice Date
7/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component 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
FA4855-17-P-0015
 
Archive Date
8/22/2017
 
Point of Contact
Elias A. Campos, Phone: 5757842815, Andrea C Lay, Phone: 5757844850
 
E-Mail Address
elias.campos.1@us.af.mil, andrea.lay.1@us.af.mil
(elias.campos.1@us.af.mil, andrea.lay.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. 2) This is a Request for Quotation (RFQ), solicitation number FA4855-17-T-0015. 3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Change Notice 20161222. 4) This acquisition is set-aside for Small Business. The NAICS is 332311, Size Standard for this NAICS code is 750 Employees. 5) Description: a) CLIN 0001 10' X 51' CORRUGATED ROUND PIPE SHELTER WITH SEALED TOP, ENCLOSED ENTRY STAIRS; MUD ROOM WITH ELECTRIC TOILET; REMOVABLE 3/4" FLOORING WITH STORAGE UNDERNEATH; 88 CUBIC FEET PER MINUTE (CFM) FILTERED AIR PUMP WITH MANUAL OVERRIDE HANDLE; AC/DC WIRING; LOW VOLTAGE ELECTRIC LIGHTS; ELECTRICAL OUTLETS, 6" AIR INTAKE PIPE' CONFIGURED FOR 65 PERSONNEL AS A TORNADO SHELTER. b) CLIN 0002 10' X 30' CORRUGATED ROUND PIPE SHELTER WITH SEALED TOP, ENCLOSED ENTRY STAIRS; MUD ROOM WITH ELECTRIC TOILET; REMOVABLE 3/4" FLOORING WITH STORAGE UNDERNEATH; 88 CUBIC FEET PER MINUTE (CFM) FILTERED AIR PUMP WITH MANUAL OVERRIDE HANDLE; AC/DC WIRING; LOW VOLTAGE ELECTRIC LIGHTS; ELECTRICAL OUTLETS, 6" AIR INTAKE PIPE' CONFIGURED FOR 40 PERSONNEL AS A TORNADO SHELTER. c) CLIN 0003 (1 EA) - Excavation, Install, and Backfill. 6) Delivery/Install shall be F.O.B. Destination to: 27 SOAOS/RMO Attn: Michael A. King Melrose Air Force Range 3771 Sun Dale Valley Rd Floyd, NM 88118 Delivery Date: 120 days ADC (If no delivery date is provided, 120 days ADC will be assumed.) (If 120 day delivery and install cannot be met, please provide alternative timeline) A site visit has not been scheduled but is available upon request (prior to solicitation closing date). If a site visit would like to be requested please contact the POC's listed below in solicitation. The following provisions apply 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 products the will meet the specifications listed in the CLINS 0001, 0002 and 0003. All offers will be ranked according to the total evaluated 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) 52.225-2 -- Buy American Certificate Buy American Certificate (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Supplies." (b) Foreign End Products: Line Item No.: Country of Origin: [List as Necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (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 or Executive Orders - Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters, FAR 52.222-3 Convict Labor (above micro-purchase), FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (above micro-purchase), FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35 Equal Opportunity for Veterans (above $100K), FAR 52.222-36 Affirmative Action for Workers with Disabilities (above $15K), FAR 52.222-37 Employment Reports on Veterans (use only if using 52.222-35), FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-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 52.225-1 - Buy American - Supplies FAR 52.225-18 Place of Manufacture. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.246-16 Responsibility for Supplies FAR 52.252-2 Clauses Incorporated by Reference: full text clauses can be found at http://farsite.hill.af.mil FAR 52.253-1 Computer Generated Forms The following DFARS clauses cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7994 Prohibition on Contracting with Entities that Require Certain Confidentiality Agreements-Representation DFARS 252.203-7995 Prohibition on Contracting with Entities that Require Certain Confidentiality Agreements 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 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7035 Buy American-Free Trade Agreements --Balance of Payments Program Certificate DFARS 252.225-7036 Alternate I Buy American-Free Trade Agreements--Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7006 Wide Area Workflow Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman AFFARS 5352.242-9000 Contractor Access to Air Force Installations 7) Quotes must be signed, dated and submitted by 07 August 2017, 0800hrs, Mountain Daylight Time. Quotes shall be electronically submitted via email to both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer. Primary: Amn Elias A. Campos - elias.campos.1@us.af.mil Alternate: SrA Autumn Curtis - autumn.curtis@us.af.mil 8) For further inquiries, please email the POC's listed above or the Contracting Officers, SSgt David Valenzuela david.valenzuela@us.af.mil and TSgt Andrea Lay andrea.lay.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-17-P-0015/listing.html)
 
Place of Performance
Address: Melrose Air Force Range (MAFR) 3771 Sun Dale Valley Rd, Floyd, New Mexico, 88118, United States
Zip Code: 88118
 
Record
SN04569223-W 20170708/170706235148-3b5c9b1e1943ab69f107fd832f76ba5c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.