SOLICITATION NOTICE
34 -- Hydraulic Plate Roller - RFQ
- Notice Date
- 3/26/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333513
— Machine Tool (Metal Forming Types) 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
- F1MTN12073A001
- Archive Date
- 4/21/2012
- Point of Contact
- Ashley N. Alessandrini, Phone: 8439634551, Tamara F. Lee, Phone: 8439635158
- E-Mail Address
-
ashley.alessandrini@us.af.mil, tamara.lee.4@us.af.mil
(ashley.alessandrini@us.af.mil, tamara.lee.4@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- RFQ COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)). (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) This solicitation/synopsis reference number is F1MTN12073A001 and is being issued as a Request for Quote (RFQ) (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48, effective January 31, 2011. (iv) This acquisition is unrestricted. The associated NAICS code is 333513. (v) Contractors shall submit a quote for a PR 503- 5'1/4" Hydraulic Plate Roll (BRAND NAME OR EQUAL). All responsible sources may submit a quotation, which shall be considered. (vi) F1MTN12073A001; PR-503 Hydraulic Plate Roll on JB Charleston, South Carolina. (vii) Delivery for this acquisition is FOB destination: JB Charleston, SC 29445. (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, Evaluation-Commercial Items Evaluation. 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: Price and technical capability of the item offered to meet the Government requirement. The technical factor is significantly more important than price. (ix) 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 http//orca.bpn.gov. (x) The following clauses are incorporated by reference: •FAR 52.212-4, Contract Terms and Condition-Commercial Items •FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: •FAR 52.222-21, Prohibition Of Segregated Facilities •FAR 52.222-22, Previous Contracts and Compliance Reports •FAR 52.222-26, Equal Opportunity •FAR 52.222-36, Affirmative Action for Workers With Disabilities •FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration •52.225-1, Buy American Act-Supplies (xi) The following additional clauses are applicable to this procurement. •FAR 52.211-6, Brand Name or Equal •FAR 52.222-50, Combating Trafficking in Persons •FAR 52.225-13, Restrictions on Certain Foreign Purchases •DFARS 252.225-7000, Buy American Act (BAA)- Balance of Payments Program Certificate •DFARS 252-225.7001, BAA- Balance of Payments Programs •DFARS 252.225-7002, Qualifying Country Sources as Subcontractors •DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). •DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. REPRESENTATION BY CORPORATIONS REGARDING AN UPDAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension of debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that - (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) •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 (APR 2010) 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, Gregg Oneal, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0184, fax (618) 256-6668, e-mail: gregg.oneal@us.af.mil.. 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. (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 6 April 2012 no later than 4:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1MTN12073A001. (xiv) Address questions to Ashley Alessandrini, Contract Specialist, at (843) 963-4551, fax (843) 963-5183, email Ashley.Alessandrini@us.af.mil or Tamara Lee, Contracting Officer, Phone (843) 963-5158, email Tamara.Lee.4@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1MTN12073A001/listing.html)
- Place of Performance
- Address: JB Charleston, JB Charleston, South Carolina, 29445, United States
- Zip Code: 29445
- Zip Code: 29445
- Record
- SN02705827-W 20120328/120326235102-57b007ddc14880e20b76d4c22cd26326 (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 |