Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2023 SAM #7736
SOLICITATION NOTICE

39 -- Ball Mat System

Notice Date
1/30/2023 7:16:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
FA6656 910 AW LGC YNGSTN WRN ARPT VIENNA OH 44473-0910 USA
 
ZIP Code
44473-0910
 
Solicitation Number
FA6656-23-C-0002
 
Response Due
3/1/2023 10:00:00 AM
 
Archive Date
03/05/2023
 
Point of Contact
Lori J. Jenkins, Phone: (330) 609-1041
 
E-Mail Address
lori.jenkins.1@us.af.mil
(lori.jenkins.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for a commercial supply prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA665623Q0002 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2023-01 (30 December 2022) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice (30 December 2022). This solicitation is 100 percent total small business set-aside: the North American Industrial Classification System (NAICS) code for this commercial item is 423830; the small business size standard is 100 employees. The 910th AW has a requirement to procure the commercial service listed below. SCHEDULE OF SERVICES: This acquisition is for the purchase of the following service(s):� CLIN 0001 � Shipping � Ball Mat System CLIN 0002 � Ball Mat System � Ball Mass System CLIN 0003 � Installation/Training Please see attached Scope of Work and Drawing Government's intent is to award a single contract between the Government and the Contractor, in accordance with FAR 52.212-2. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. List of Applicable Provisions:���������������������� FAR 52.204-7����� System for Award Management. Oct-18 FAR 52.204-8����� Annual Representations and Certifications. Dec-22 FAR 52.204-16��� Commercial and Government Entity Code Reporting. Aug-20 FAR 52.204-23��� Prohibition on�Contracting�for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other�Covered Entities. Nov-21 FAR 52.204-24��� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Nov-21 FAR 52.209-7����� Information Regarding Responsibility Matters. Oct-18 FAR 52.212-1����� Instructions to Offerors-Commercial Products and Commercial Services. Nov-21 FAR 52.212-2����� Evaluation-Commercial Products and Commercial Services. Nov-21 FAR 52.212-3����� Offeror Representations and Certifications-Commercial Products and Commercial Services. Dec-22 FAR 52.212-3����� Offeror Representations and Certifications-Commercial Products and Commercial Services. (Alternate I) Oct-14 FAR 52.225-25��� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications. Jun-20 FAR 52.229-11��� Tax on Certain Foreign Procurements-Notice and Representation. Jun-20 FAR 52.252-1����� Solicitation Provisions Incorporated by Reference. Feb-98 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. �In addition, the full text of a solicitation provision may be accessed electronically at this/these address(es):� https://www.acquisition.gov/����� DFARS 252.203-7005������� Representation Relating to Compensation of Former DoD Officials. Sep-22 DFARS 252.204-7007������� Alternate A, Annual Representations and Certifications. May-21 DFARS 252.204-7017������� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation.������������ May-21 DFARS 252.213-7000������� Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. Sep-19 DFARS 252.215-7008������� Only One Offer. Dec-22 DFARS 252.215-7013������� Supplies and Services Provided by Nontraditional Defense Contractors. Dec-22 DFARS 252.225-7000������� Buy American Statute--Balance of Payments Program Certificate. Nov-14 DFARS 252.225-7055������� Representation Regarding Business Operations with the Maduro Regime. May-22 (End of Provisions) 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) technical capability of Item to meet the government requirement in accordance with the above CLINs. (ii) Price.� List of Applicable Clauses:��������������������������� FAR 52.204-10��� Reporting Executive Compensation and First-Tier Subcontract Award. Jun-20 FAR 52.204-13��� System for Award Management Maintenance. Oct-18 FAR 52.204-18��� Commercial and Government Entity Code Maintenance. Aug-20 FAR 52.204-19��� Incorporation by Reference of Representations and Certifications. Dec-14 FAR 52.204-25��� Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or Equipment. Nov-21 FAR 52.209-6����� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Nov-21 FAR 52.211-17��� Delivery of Excess Quantities. Sep-89 FAR 52.212-4����� Contract Terms and Conditions-Commercial Products and Commercial Services. Dec-22 FAR 52.212-5����� Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. Dec-22 FAR 52.219-14��� Limitations on Subcontracting. (DEVIATION 2021-O0008) Sep-21 FAR 52.222-3����� Convict Labor. Jun-03 FAR 52.222-19��� Child Labor-Cooperation with Authorities and Remedies. (E.O.13126) Dec-22 FAR 52.222-26��� Equal Opportunity. (E.O.11246)� Sep-16 FAR 52.222-35��� Equal Opportunity for Veterans.� Jun-20 FAR 52.222-36��� Equal Opportunity for Workers with Disabilities. Jul-20 FAR 52.222-50��� Combating Trafficking in Persons. Nov-21 FAR 52.223-5����� Pollution Prevention and Right-to-Know Information. May-11 FAR 52.223-18��� Encouraging Contractor Policies to Ban Text Messaging While Driving. Jun-20 FAR 52.225-13��� Restrictions on Certain Foreign Purchases. Feb-21 FAR 52.232-11��� Extras. Apr-84 FAR 52.232-33��� Payment by Electronic Funds Transfer. Oct-18 FAR 52.232-39��� Unenforceability of Unauthorized Obligations. Jun-13 FAR 52.232-40��� Providing Accelerated Payments to Small Business Subcontractors. Nov-21 FAR 52.232-8����� Discounts for Prompt Payment. Feb-02 FAR 52.233-3����� Protest After Award. Aug-96 FAR 52.233-4����� Applicable Law for Breach of Contract Claim. Oct-04 FAR 52.246-16��� Responsibility for Supplies. Apr-84 FAR 52.247-16��� Contractor Responsibility for Returning Undelivered Freight. Apr-84 FAR 52.247-68��� Report of Shipment (REPSHIP). Feb-06 FAR 52.249-1����� Termination for Convenience of the Government (Fixed-Price) (Short Form). Apr-84 FAR 52.252-2����� Clauses Incorporated by Reference. Feb-98 This solicitation incorporates one or more solicitation 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. The offeror is cautioned that the listed clauses 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 clauses, the offeror may identify the clause by paragraph identifier and provide the appropriate information with its quotation or offer. �In addition, the full text of a solicitation clause may be accessed electronically at this/these address(es):� https://www.acquisition.gov/�� DFARS 252.203-7000������� Requirements Relating to Compensation of Former DoD Officials. Sep-11 DFARS 252.203-7002������� Requirement to Inform Employees of Whistleblower Rights. Dec-22 DFARS 252.204-7003������� Control of Government Personnel Work Product. Apr-92 DFARS 252.204-7006������� Billing Instructions. Oct-05 DFARS 252.204-7012������� Safeguarding Covered Defense Information and Cyber Incident Reporting. Dec-19 DFARS 252.204-7015������� Notice of Authorized Disclosure of Information for Litigation Support. May-16 DFARS 252.204-7018������� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. Jan-21 DFARS 252.211-7003������� Item Unique Identification and Valuation. Mar-22 DFARS 252.223-7006������� Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. Sep-14 DFARS 252.223-7008������� Prohibition of Hexavalent Chromium. Jun-13 DFARS 252.225-7001������� Buy American and Balance of Payments Program. Jun-22 DFARS 252.225-7002������� Qualifying Country Sources as Subcontractors. Mar-22 DFARS 252.225-7012������� Preference for Certain Domestic Commodities. Apr-22 DFARS 252.225-7048������� Export-Controlled Items. Jun-13 DFARS 252.225-7052������� Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten. Dec-22 DFARS 252.225-7056������� Prohibition Regarding Business Operations with the Maduro Regime. May-22 DFARS 252.226-7001������� Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. Apr-19 DFARS 252.232-7003������� Electronic Submission of Payment Requests and Receiving Reports. Dec-18 DFARS 252.232-7006������� Wide Area WorkFlow Payment Instructions. Dec-18 DFARS 252.232-7010������� Levies on Contract Payments. Dec-06 DFARS 252.232-7011������� Payments in Support of Emergencies and Contingency Operations. May-13 DFARS 252.232-7017������� Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration. Dec-22 DFARS 252.237-7010������� Prohibition on Interrogation of Detainees by Contractor Personnel. Jun-13 DFARS 252.243-7001������� Pricing of Contract Modifications. Dec-91 DFARS 252.243-7002������� Requests for Equitable Adjustment. Dec-22 DFARS 252.244-7000������� Subcontracts for Commercial Items. Dec-22 DFARS 252.247-7023������� Transportation of Supplies by Sea. Feb-19 AFFARS 5352.201-9101 Ombudsman. Oct-19 AFFARS 5352.223-9001 Health and Safety on Government Installations. Oct-19 AFFARS 5352.242-9000�� Contractor Access to Air Force Installations. Oct-19 (End of Clauses) Offerors shall verify company information is accurate and current in the System for Award Management (SAM). �Offerors must be registered in SAM when quote is received by the Contracting Office. A site visit to see the facility will be held on Monday, February 13, 2023 @ 1.30 EST.� Please contact lori.jenkins.1@us.af.mil for access information. If you have any questions or require additional information regarding the Scope of Work and/or Drawings, please submit them in writing by 17 February 2023.� Answers will be posted by 24 February 2023. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. �Offerors are required to provide their Contractor's DUNS Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in and Wide Area Workflow (WAWF) for payment purposes. For WAWF assistance, please visit their website at: �https://wawf.eb.mil/ or by phone at: 801-605-7095. All responsible sources may submit a response that, if received by the closing date listed below, shall be considered by the 910th CONF/PK. All quotes must state at a minimum list the unit price, discount/payment terms, delivery time after receipt of award, expiration date of quote and FOB terms (if applicable). Offerors are responsible for ensuring their quote has been received and is legible. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dff997f4b5dd44b2a46b5c5db40cfec8/view)
 
Place of Performance
Address: Vienna, OH 44473, USA
Zip Code: 44473
Country: USA
 
Record
SN06576784-F 20230201/230130230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.