MODIFICATION
71 -- Weapons Storage-F2X3B21073A001
- Notice Date
- 7/6/2011
- Notice Type
- Modification/Amendment
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- Weapon-Storage-F2X3B21073A001
- Archive Date
- 7/22/2011
- Point of Contact
- Austin L. Parker, Phone: 334-953-7835, Xavier L. Rice, Phone: 334-953-8483
- E-Mail Address
-
austin.parker@maxwell.af.mil, Xavier.Rice@maxwell.af.mil
(austin.parker@maxwell.af.mil, Xavier.Rice@maxwell.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1.The Purpose of this Modification is to verify that the response time is 5:00 pm CST. ALL Quotes are due on July 7, 2011 before 5:00pm CST 2. The Purpose of this Modification is add Quantity 1 to Line Item 0007. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. This is a streamlined combined synopsis/solicitation for commercial items 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 notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2X3B21073A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-49 (31 May 2011) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20110623. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 337215; size standard: 500 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITON: The Security Forces Squadron has a requirement to purchase the below listed items. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by July 7, 20011 5:00 p.m CST. SCHEDULE OF SUPPLIES/SERVICES: CLIN Item Description QTY/Unit Issue Total 0001 M16/M9 Weapon Storage Cabinet: The M16/M9 will hold approximately 20 M16/M9 as a set. The shelves and pegs should be adjustable to allow for versatile configurations. The doors should have doors that are able to recess 100% to save space and ease movement around the armory. The storage cabinet should be compatible to SpaceSaver weapon racks or equivalent. 8 EA 0002 M16/M9/M240/Magazine Storage Cabinet: The shelves and pegs should be adjustable to allow for versatile configurations. The doors should have doors that are able to recess 100% to save space and ease movement around the armory. The storage cabinet should be compatible to SpaceSaver weapon racks or equivalent. 1 EA 0003 M240B/M249 Storage Cabinet: The shelves should be adjustable to allow for versatile configurations. The doors should have doors that are able to recess 100% to save space and ease movement around the armory. The storage cabinet should be compatible to SpaceSaver weapon racks or equivalent. 1 EA 0004 M4/M203 Storage Cabinet: The shelves should be adjustable to allow for versatile configurations. The doors should have doors that are able to recess 100% to save space and ease movement around the armory. The storage cabinet should be compatible to SpaceSaver weapon racks or equivalent. 1 EA 0005 M870 Storage Cabinet: The shelves should be adjustable to allow for versatile configurations. The doors should have doors that are able to recess 100% to save space and ease movement around the armory. The storage cabinet should be compatible to SpaceSaver weapon racks or equivalent. 1 EA 0006 Courtesy Weapon Storage Cabinet: The shelves and pegs should be adjustable to allow for versatile configurations. The doors should have doors that are able to recess 100% to save space and ease movement around the armory. The storage cabinet should be compatible to SpaceSaver weapon racks or equivalent. 1 EA 0007 MK19 Storage Cabinet: The shelves should be adjustable to allow for versatile configurations. The doors should have doors that are able to recess 100% to save space and ease movement around the armory. The storage cabinet should be compatible to SpaceSaver weapon racks or equivalent. 1 EA 0008 Secure Storage Cabinet: The storage cabinet should be approximately 40" tall with 3 drawers for storage. The drawers should have a 400 lb capacity when the drawers are fully extended. The cabinet should have a wooden laminate sealed top. 1 EA 0009 Secure Storage Cabinet: The storage cabinet should be approximately 40" tall with 3 shelves. The cabinet should have a wooden laminate sealed top. 4 EA 0010 Secure Storage Cabinet: The storage cabinet should be approximately 40" tall with 2 shelves and 1 drawer for general storage. The drawer should have a 400 lb capacity when the drawer is fully extended. The cabinet should have a wooden laminate sealed top. 1 EA 0011 Secure Storage Cabinet: The storage cabinet should be approximately 76" tall with 6 shelves and hinged doors. The shelves should be adjustable to allow for versatile configurations. 3 EA 0012 Labor: Delivery and Installation 1 EA QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeoror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. 252.212-7000 Offeror Representations and Certifications--Commercial Items c. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. e. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price. The offeror by acceding to all of the requirements of this synopsis/solicitation (see below Instructions, Para a.) will be determined technically acceptable. Award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7 - Central Contractor Registration 52.212-4 - Contract Terms and Conditions -- Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 252.204-7004, Alternate A 252.225-7001-Buy American Act and Balance of Payments Program 252.232-7003-Electronic Submission of Payment Requests and Receiving Reports By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.204-1 Reporting Executive compensation and First-Tier Subcontracting Awards 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 52.222-36, Affirmative Action for Workers With Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.252-2 CLAUSES INCORPORATED BY REFERENCE 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 (End of Clause) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3Gratuities 252.203-7000, Requirements Related to Compensation of Former Dod officials 252.211-7003 Item Identification and Valuation. 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea, with its Alt III 252.247-7023Transportation of Supplies by Sea (End of clause) OMBUDSMAN (APR 2010) (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, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Primary: Mr. Jones/ Alternate: Mr. Smith, 1 F Street, Suite 1 Randolph AFB TX 78150-4324]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference 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 address: http://farsite.hill.af.mil. (End of Provisions) Responses to this notice shall be provided in writing via e-mail to: A1C Wayne Green Wayne.Green@maxwell.af.mil. All responses shall be received NLT 12:00 PM CST on June 14 2011. Email is the preferred method. Points of Contact: A1C Wayne Green, Contracting Specialist, Phone (334) 953-5866, Fax (334) 953-3543. NOTE 1 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) NOTE 2 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: daniel.barcomb@maxwell.af.mil Contract Specialist: austin.parker@maxwell.af.mil Contracting Officer: rose.jordan@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jun 2008), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference 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 address: http://farsite.hill.af.mil/vffara.htm (End of Provisions) Responses to this notice shall be provided in writing via e-mail to: Austin Parker austin.parker@maxwell.af.mil. All responses shall be received NLT 5:00 PM CST on July 7 2011. Email is the preferred method. Points of Contact: Austin Parker, Contracting Specialist, Phone (334) 953-7835, Fax (334) 953-3543.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/Weapon-Storage-F2X3B21073A001/listing.html)
- Place of Performance
- Address: Maxwell Air Force Base, Montgomery, Alabama, 36112, United States
- Zip Code: 36112
- Zip Code: 36112
- Record
- SN02490477-W 20110708/110706234715-818c250ceb503e4745a95be75f4167b8 (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 |