Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOLICITATION NOTICE

52 -- Air Cargo Electronic Pallet Scale - Request For Quote - Combined Synopsis/Solicitation

Notice Date
12/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333997 — Scale and Balance Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-18-R-0010
 
Archive Date
1/19/2018
 
Point of Contact
Matthew Kennedy, Phone: 8439634502, Brittany A. Kempton, Phone: 8439635178
 
E-Mail Address
matthew.kennedy.24@us.af.mil, brittany.kempton@us.af.mil
(matthew.kennedy.24@us.af.mil, brittany.kempton@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Request For Quotation Combined Synopsis/ Solicitation for Commercial Items (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) The solicitation/synopsis reference number is FA4418-18-R-0010 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 Jan 2017. (iv) This acquisition is 100% set aside for small business under NAICS code 333997 with size standard of 500 employees. (v) Contractor shall submit a quote for the purchase and delivery of one (1) each Unibridge Air Cargo Electronic Pallet Scale (Model#:ACE10K) Or Equal. (vi) Line Items: The contractor shall provide all equipment, materials, tools, parts, shipping, and all other items necessary to provide the following item(s): Line Item Description Qty Item Price Total Price 0001 Air Cargo Electronic Pallet Scale Model#: ACE10K ( Or Equal ) - 1 Each The scale must be fully portable and electronic Must accommodate all standard (463L) air cargo pallets measuring 108" x 88" Must be capable of weighing 463L pallets with loaded capacities of 10,000 lbs. Must be able to be quickly moved with a 13K forklift and easy to return to service Must be able to be powered using 110 AC power The pallet must be able to be placed on the scale by the forklift with the forks lowered against the inspection ramps. After the reading the forks should be able to be raised against the load and the forklift can depart with the cargo. *To Include Shipping 1 IAW FAR 52.211-6, please provide the following if bidding an "or equal" product: 1 Meet the salient physical, functional, or performance characteristic specified in this solicitation; 2 Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; 3 Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and 4 Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (vii) The delivery shall be within 45 days after award of contract. FOB: Destination. 437 APS 113 S Bates St, B178 Joint Base Charleston-Air Base, SC, 29404. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial Items (ix) FAR 52.212-2, Evaluation - Commercial Items 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 in the following relative order of importance: •1. Price. The Government will evaluate the total price of the offer for award purposes. •2. Technical capability of the item offered to meet the Government requirement. If an equal to item is quoted, the contractor shall submit a specification sheet that contains sufficient information to determine the item to be equal. •3. The Government will award a contract to the lowest priced technically acceptable offer. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. •· FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations •· FAR 52.211-17, Delivery of Excess Quantities •· FAR 52.222-21 -- Prohibition of Segregated Facilities. •· FAR 52.222-50 -- Combating Trafficking in Persons. •· FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. •· FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xiii) The following additional clauses are applicable to this procurement. •· FAR 52.204-7, System for Award Management •· FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations •· FAR 52.211-6, Brand Name or Equal •· FAR 52.219-6, Notice of Total Small Business Set-Aside •· FAR 52.219-28, Post Award Small Business Representation •· FAR 52.225-13, Restrictions on Certain Foreign Purchases •· FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) •· FAR 52.233-3 -- Protest After Award. •· FAR 52.253-1 Computer Generated Forms •· DFARS 252.204-7004, Alternate A. System for Award Management •· DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) •· DFARS 252.246-7000, Material Inspection And Receiving Report AFFARS 5352.201-9101 Ombudsman 5352.201-9101 OMBUDSMAN (July 2017) (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 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, 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) 256-2395, 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) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 4 January 2018, no later than 2:00 PM EST. Requests should be marked with solicitation number FA4418-18-R-0010. (xvi) Address questions to A1C Matt Kennedy, Contract Specialist, at (843) 963-4502 email matthew.kennedy.24@us.af.mil or 2LT Charles Catungal, Contracting Officer, at (843) 963-3327, or charles.catungal.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar). Also see: http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-18-R-0010/listing.html)
 
Place of Performance
Address: 437 APS 113 S Bates St, B178, Joint Base Charleston-Air Base, SC, 29404, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04774607-W 20171223/171221231928-16d6df85a832fc0d418feeb830115f45 (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.