SOLICITATION NOTICE
79 -- SIB Snow Broom Cores - BRAND NAME JUSTIFICATION AND APPROVAL LETTER - ATTACHMETNS 1-3 SIB CORES
- Notice Date
- 6/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339994
— Broom, Brush, and Mop Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- F1W3FA2096A001
- Archive Date
- 7/20/2012
- Point of Contact
- Crystal L Champion, Phone: 907-552-5774
- E-Mail Address
-
crystal.champion@elmendorf.af.mil
(crystal.champion@elmendorf.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENTS TO COMBINED SYNOPSIS/SOLICITATION BRAND NAME J & A AS OF 14 JUNE 2012 Combined Synopsis/Solicitation (i) This is a combined solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 for evaluation and solicitation for commercial items- 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. (ii) Solicitation Number F1W3FA2096A001 is issued as a request for quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. The DFARS provisions and clauses are those in effect to DCN 20120420 effective 20 April 2012. (iv) The applicable NAICS code is 339994, Broom, Brush, and Mop Manufacturing, with a size limitation standard of 500 employees. This competition is unrestricted. (v) Snow Bristles. The following is required: CLIN 0001: Svenska Industri Borstar/Swedish International Brush (SIB) SIB/MB 18/28-05 Broom Bristles; 2 brooms per set; 1 Set = 1 Each Quantity: 52 Each Price shall include shipping FOB Destination to JBER, AK 99506 Please see Attachments 1-3 for detailed diagrams of descriptions. The bristle replacement sections shall be no more than 33 inches in length and all sections shall be of the same length. They shall be made of a molded reinforced plastic designed to eliminate and guarantee against distortion of the cassette section. The core shall have plastic wear inserts inside each track to eliminate any wear to the body (structure) of the core itself. These plastic wear inserts shall be easily replaceable-snap in design. The design of the core shall be such that the tip to tip bristle diameter will be approx 46 inch +/- ½ inch. There shall be 20 rows of bristles equally spaced. The core (s) shall be dynamically balanced and designed to eliminate bouncing and vibration. There shall be a polyurethane formed (molded) cup, which extends up the length of the tuft no less than three inches for support. The distance between the center of each cup shall be a maximum of 41.5 mm. This formed cup shall have vertical risers of the same material to hold the upper rings of polyurethane in place and strengthen the cup. The cups shall be molded in a way that every four cups are interconnected from the base to the top of each cup by the same polyurethane material that the cups are made of. Each tuft shall consist of 140 pieces of zinc coated steel wires with a quality grade of "C". The wires shall be electro-galvanized, hard drawn crimped steel and exhibit a high fracture resistance, bent in a "U" shape and held in place "in the cup" by a 1/8 inch diameter steel rod that runs the full length of each cassette section. The bristles shall be suitable for use in temperatures seen at the altitude of the airport and be guaranteed for a period of one year and one full use of the bristles down to the maximum wear Each cassette section shall contain 20 tufts of.045mm wires as described above. The length of each tuft shall be 11 inches from the top of the cassette strip to the tip of the wire bristles. The cassettes shall be designed to eliminate any possibility of the bent wire tufts from distorting the cassettes during storage that could be up to two years. The supplier shall guarantee that this distortion will not occur. The distance between the tufts is important for better sweeping action at full angle and most important when the broom head is at less than full angle. The reinforcement between the cups adds rigidity to all four of the cups / tufts which will reduce the bending movement while sweeping and give a better flicking action. These replacement cassettes shall be guaranteed to fit in the SIB core properly and have the OEM approval to not void the warranty on the core, which is 5 years from the date the runway broom was placed in service. They shall also be guaranteed to not void the sweeper manufacturer's warranty, as any damage to the core may cause damage to the drive system and frame work of the sweeper. Each set shall consist of the proper amount of cassette sections to fill the entire core. The cores used on this broom shall be of the cassette style. The design shall allow easy replacement of worn bristles and replacement with new. The core shall be primarily manufactured from aluminum to reduce weight, yet have the strength necessary to perform as needed under normal conditions. (vi) The quote intends to award a firm-fixed price contract. (vii) All items will be delivered 30 days ADC, FOB Destination, to the following: F1W3FA - 773d CES/CEOH 9361 JOHNSON JBER, AK 99506 TEL: 907-552-3040 (viii) The following applies to this acquisition Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers." ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS (Feb 2012) 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Technical Acceptability and Part II - Price Proposal. Technical Acceptability and Price Proposals shall not exceed ten (10) pages; copies of technical certifications shall not be included in the page count of proposals. 2. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. 3. Specific Instructions: a. PART 1- TECHNICAL ACCEPTABILITY - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. PART 2- PRICE - Submit one (1) copy of price narrative, limit to 10 pages. 4. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable, IAW FAR 15.101-2). Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications above. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 5. Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. 6. Debriefing, FAR 15.506: If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (ix) The provision at 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this acquisition. Addenda: Paragraph (a) is changed to read, "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 based on lowest price technically acceptable product for all items in the schedule." 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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: 1. Technical Acceptability 2. Price This will be a lowest price technically acceptable purchase. The lowest priced offer will be evaluated for technical acceptability. If offer is found technically acceptable, the award will be made without further consideration. If offer is found technically unacceptable, the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated IAW FAR 15.304(c)(3)(iii). a. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. b. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. c. All responsible Contractors shall provide a quote in accordance to the specifications stated in this document. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. (x) The following applies to this acquisition: FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Apr 2012). (xi) The following applies to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012) (xii) The following applies to this acquisition: FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (May 2012). In addition, the following clauses apply: FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (Oct 1995) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (May 2012) FAR 52.219-8 Utilization of Small Business Concerns (Jan 2011) FAR 52.219-14 Limitations on Subcontracting (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2012) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Veterans (Sep 2010) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-37 Employment Reports on Veterans (Sep 2010) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) FAR 52.222-54 Employment Eligibility Verification (Jan 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.233-3 Protest after Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Jan 2012) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2012) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010) DFARS 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program (Oct 2011) DFARS 252.225-7036 Alt II Buy American Act-Free Trade Agreements--Balance of Payments Program (Oct 2011) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) G-201 SUBMIT INVOICES ELECTRONICALLY Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. Before using WAWF, ensure your company's Electronic Business POCs listed in your Central Contractor Registration (CCR) are the same individuals that will invoice through WAWF. If they aren't, changes can be made to your company's CCR profile at www.ccr.gov. Click on "Update" or "Renew" using "TPIN". CCR customer support can be reached at 1-888-227-2423. If your company's electronic businesses POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@csd.disa.mil and ask to establish a group for your company's CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800)-756-4571. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor.. The contractor shall create the following: "Receiving report combo" for supplies or combination of supplies & services THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5000 ADMIN DODAAC: FA5000 INSPECT BY DODAAC: F1W3FA SERVICE ACCECPTOR: F1W3FA "SHIP TO" DODAAC: F1W3FA PAY OFFICE DODAAC: F67100 Please send additional emails to all listed: EMAIL POINT OF CONTACT LISTING: 673CONS.WAWF@ELMENDORF.AF.MIL SERVICE ACCEPTOR/INSPECTOR: DONNA.ARNOLD@ELMENDORF.AF.MIL CONTRACT ADMINISTRATOR: CRYSTAL.CHAMPION@ELMENDORF.AF.MIL (xiii) N/A (xiv) N/A (xv) Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by 25 June 2012 at 1:00PM Alaska Standard Time (5:00 p.m. EST). All responsible sources may submit a written proposal, which shall be considered. (xvi) All proposals must be faxed, mailed or emailed to: POC; 2d Lt Crystal Champion, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Fax (907) 552-7497, or email at crystal.champion@elmendorf.af.mil. Email is preferred. Email any questions no later than 48 hours prior to solicitation due date. Attachments: 1. Snow Brush Photo 2. SIB Dynamic Balancing Specifications 3. SIB Profile
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3FA2096A001/listing.html)
- Place of Performance
- Address: Joint Base Elmendorf-Richardson, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02779750-W 20120621/120619235333-e9d79f1cb2750a1ab053f41797f1911b (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 |