Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

J -- VLM Mx - Combo - Statement of Work

Notice Date
8/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
 
ZIP Code
67221-3702
 
Solicitation Number
FY18-F2Z3968066AW01-VLMMaintenance
 
Archive Date
9/22/2018
 
Point of Contact
Cody B. Overstreet, Phone: 3167595616, Brian E. Swanson, Phone: 3167594520
 
E-Mail Address
cody.overstreet@us.af.mil, brian.swanson.3@us.af.mil
(cody.overstreet@us.af.mil, brian.swanson.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Combo form *Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. 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. In accordance with FAR 12.603(c)(2): 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 being requested and a written solicitation will not be issued. This solicitation, FY18-F2Z3968066AW01-VLM Maintenance, is being issued as a Request for Quotation (RFQ). This solicitation document, which incorporates provisions and clauses for commercial items, are those in effect through Federal Acquisition Circular (FAC) 2005-99. This procurement is a 100% Small Business set-aside in accordance with (IAW) FAR 19.502-2(a). The Government intends to award a Firm Fixed Price Contract based on Lowest Price Technically Acceptable. The associated NAICS code for this acquisition is 811310 with a size standard of $7.5 Million Dollars. The subject RFQ number is: FY18-F2Z3968066AW01-VLM Maintenance. McConnell AFB, KS 67221-3702 plans to acquire the following project: VLM Maintenance The RFQ consists of the following items, -or equal-: If submitting an -or equal- product, please supply the manufacturer name and part number, and all specifications available. If equal, the vendor must provide information with the quote proving the equality of the items. Technical acceptability of -or equal- products shall be determined by the government. Failure to quote on all CLINs may render the quote unacceptable and ineligible for award consideration. Item Description QTY Unit Unit Price Total Price 0001 PREVENTATIVE MAINTENANCE FOR 5 VERTICAL STORAGE MODULES AND 24/7 CALL-IN SERVICE 5 EA 0002 PARTS AND LABOR 1 EA 1001 Option Year 1 Price 1 EA 2001 Option Year 2 Price 1 EA 3001 Option Year 3 Price 1 EA 4001 Option Year 4 Price 1 EA PLEASE REVIEW/PROVIDE ALL INFORMATION BELOW: Shipping/Transportation will be FOB: Destination Pricing Quoted (GSA, Open Market Only, etc.): Payment Terms (NET 30, Discounts, etc.): Delivery Date: Company Name: DUNS #: Cage Code #: POC: Telephone #: E-Mail Address: Tax ID #: Warranty Information: Do you have the capacity to invoice electronically (invoicing through WAWF)? The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the System for Award Management database @ www.sam.gov prior to consideration for award. **Offers are due by 4:00 p.m. Central Standard Time (CST), 7 September 2018. Interested parties shall submit their quotes via email to A1C Cody Overstreet at: cody.overstreet@us.af.mil **A formal site visit will not be conducted for this requirement. Any questions are due to the Contract Administrator, A1C Cody Overstreet at cody.overstreet@us.af.mil NLT 4:00 p.m. CST on 27 August 2018.** Attachment: 1. Statement of Work The following provisions and clauses in their latest editions apply to this acquisition; offerors must comply with all instructions contained therein: CLAUSES & PROVISIONS INCORPORATED BY REFERENCE: FAR 52.203-18 -- Prohibition of Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-22 -- Alternative Line Item Proposal. FAR 52.209-2 -- Prohibition on Contracting With Inverted Domestic Corporations--Representation FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations FAR 52.209-11 -- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-1 -- Instruction to Offerors -- Commercial Items FAR 52.212-2 -- Evaluation -- Commercial Items FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items 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 FAR 52.219-6 -- Notice of Total Small Business Set-Aside FAR 52.219-13 -- Notice of Set-Aside of Orders FAR 52.223-18 -- Encouraging Contractor Policies To Ban Text Messaging While Driving FAR 52.225-13 -- Restrictions on Certain Foreign Purchases FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 -- Protest After Award FAR 52.233-4 -- Applicable Law for Breach of Contract Claim DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 -- Control of government personnel work product DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003 -- Item Unique Identification and Valuation DFARS 252.211-7008 -- Use of Government-assigned Serial Numbers DFARS 252.223-7006 -- Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials DFARS 252.223-7008 -- Prohibition of Hexa-valent Chromium DFARS 252.225-7000 -- Buy American-Balance of Payments Program Certificate DFARS 252.225-7001 -- Buy American and Balance of Payments Program DFARS 252.225-7048 -- Export-Controlled Items 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 252.244-7000 -- Subcontracts for Commercial Items DFARS 252.246-7008 -- Sources of Electronic Parts DFARS 252.247-7023 -- Transportation of supplies by sea (APR 2014) Alternate II AFFARS 5352.201-9101 -- Ombudsman AFFARS 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) CLAUSES & PROVISIONS INCORPORATED BY FULL TEXT: 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): _____________________________ http://farsite.hill.af.mil/vmfara.htm _____________________________ (End of Provision) 52.252-2 -- Clauses Incorporated by Reference. Clauses Incorporated by Reference (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/vmfara.htm _____________________________ (End of Clause) 52.252-5 -- Authorized Deviations in Provisions. Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (c) The use in this solicitation of any Air Force Federal Acquisition Regulation Supplement (48 CFR Chapter 53) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 52.252-6 -- Authorized Deviations in Clauses. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (c) The use in this solicitation or contract of any Air Force Federal Acquisition Regulation Supplement (48 CFR Chapter 53) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) ***END CLAUSES & PROVISIONS*** *Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. 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/AMC/22CONS/FY18-F2Z3968066AW01-VLMMaintenance/listing.html)
 
Place of Performance
Address: 53384 Kansas St. Bldg 840, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN05042729-W 20180819/180817230759-a818822456f1c377787f85b74875c367 (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.