SOLICITATION NOTICE
71 -- Aircrew Helmet Lockers with Electronic Access System
- Notice Date
- 8/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- 161 ARW/MSC, ATTN: Base Contracting Office, 3200 E. Old Tower Road, Phoenix, AZ 85034-7263
- ZIP Code
- 85034-7263
- Solicitation Number
- W912L2-12-T-0022
- Response Due
- 8/17/2012
- Archive Date
- 10/16/2012
- Point of Contact
- Timothy L. Garrity, (602) 302-9049
- E-Mail Address
-
161 ARW/MSC
(timothy.garrity@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a 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 solicitation; proposals are being requested and a written solicitation will not be issued. In accordance with FAR 52.232-18, Availability of Funds, funds are not currently available for this project. The Government anticipates receiving funding for this requirement prior to 30 September 2012. The solicitation number for this procurement is W912L2-12-T-0022 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-58, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20120330. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. This is a 100% small business set aside. The North American Industry Classification System (NAICS) is 337215 - Showcase, Partition, Shelving, and Locker Manufacturing. Small business Size Standard is 500 employees. The Offeror must be an authorized, qualified, and certified vendor and must quote on an all or none basis. Award will be based on price. Written quotes are required (oral offers will not be accepted). Only one contract will be awarded. Line items: The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following item(s): Line Item 0001: In Bldg 26, Room 105, Aircrew Life Support Equipment Room, vendor will remove all existing Aircrew Equipment Lockers. Government will dispose of all existing lockers. Line Item 0002: The vendor will supply and install a new Electronic Access Locker System with the following requirements: * 75 Pass Through Openings with following dimensions for each opening: 13" Wide (12" Inside) x 17" Deep x 14 1/2 " High * Grouping: 75 per group with one controller * Unit Size: 4 Sections with total measurement of 20'11"(see attachment) * Lockers will be all welded and pre-cabled, 16 and 18 gauge steel, doors will be equipped with reinforcing channel * Accessories: LCD, Bar Code reader, Infrared Sensor, Back Up Battery, Mechanical and Electronic overrides, Management System (onboard), Mgt Pad, Backup Battery (OR EQUAL) * Finish: Baked powder coated finish * Operation (Or Equal) o Access by Users Bar Coded Card o 110V Power o Module LCD Screen o Management System, Manual and Electronic Override o Thermal Printer * Government will supply 110V Power Source * Color: Tan Line Item 0003: Shipping Or equal items will be considered. If quoting or equal, please provide product specifications. Delivery: FOB Destination to 161st ARW, Phoenix, AZ 85034; 30 days ARO ****** There will be a site visit held on 9 August 2012 at 0900 hours (Mountain Standard Time). You must have valid identification, vehicle registration, and vehicle insurance to be allowed on base. All information discussed at this site visit will be posted as a modification to this solicitation. ****** It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/ The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offers", Offers may be submitted via facsimile, e-mail or mail. Paragraph (c); entitled "Period of Acceptance for Offers", the offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2 Evaluation - Commercial Item The following addendum is provided to the provision: (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: Lowest price technically acceptable. Technical is meeting salient characteristics, specifically compatible with item requested, and will be rated on a pass/fail basis. FAR 52.212-3 Offeror Representations and Certifications - Commercial items. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. FAR 52.212-4 ADDENDUM CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (Jun 2010) (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data etc., which may be changed unilaterally by the Government. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Jan 2012) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.252-1 Solicitation Provisions Incorporated by Reference. 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/ NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. FAR 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: FAR: http://farsite.hill.af.mil/ NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. FAR 52.232-18 Availability of Funds: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. FAR 52.252-5 Authorized Deviations in Provisions (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 Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses (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 Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7 Central Contractor Registration FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.219-1 Small Business Program Representations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Representations FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-6 Drug-Free Workplace FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 F.O.B. - Destination. DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000 Buy American Act - Balance of Payments program Certificate. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.243-7001 Pricing of Contract Modifications. RESPONSE TIME: Request for Quotation will be accepted at the 161st ARW Base Contracting Office, 3200 E. Old Tower Road, Phoenix, AZ 85034-7263 NO LATER THAN 12:00 P.M. Mountain Time on August 9th, 2012. Quotations may be faxed to 602-302-9122. Please email quotes to timothy.garrity@ang.af.mil. Facsimile offers will be accepted but email is the preferred method. Point of Contact for this solicitation is SMSgt Tim Garrity, 602-302-9049.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02-1/W912L2-12-T-0022/listing.html)
- Place of Performance
- Address: 161 ARW/MSC ATTN: Base Contracting Office, 3200 E. Old Tower Road Phoenix AZ
- Zip Code: 85034-7263
- Zip Code: 85034-7263
- Record
- SN02822687-W 20120803/120801235418-bc1ab0d6c37fe66e6eca27f845e590de (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 |