MODIFICATION
71 -- Deliver and Install Shelving and Storage Unit - Responses to Questions
- Notice Date
- 12/10/2012
- Notice Type
- Modification/Amendment
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
- ZIP Code
- 19902-5639
- Solicitation Number
- F1Q2AM2290A001SHELVINGSTORAGEUNIT
- Archive Date
- 12/31/2012
- Point of Contact
- Germain Duarte, Phone: 3026775233, Francis E. Puangco, Phone: 3026772045
- E-Mail Address
-
germain.duarte.mx@us.af.mil, Francis.Puangco@us.af.mil
(germain.duarte.mx@us.af.mil, Francis.Puangco@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Responses to Questions. Includes brief clarifications for the Statement of Work. (THIS SOLICITATION SUPERCEDES THE NOVEMBER 29TH SOLICITATION POST) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number F1Q2AM2290A001SHELVINGSTORAGEUNIT and this solicitation is being issued as a Request For Quote. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer meets the minimum technical requirement at the lowest price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-62 and Defense Acquisition Circular 20121116. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 337215 size standard 500 employees. This requirement will be a brand name or equal, which means the salient physical, functional, or performance characteristics that “equal” products must meet are specified in the item attached Statement of Work. If offering an 'or equal product the quote shall state so and shall provide product specifications, part numbers and pictures if available. If not provided quote will not be considered. The contractor shall provide pricing to the following items to include delivery and installation: ITEM(S) REQUIRED: 0001- Delivery and installation of shelving and storage unit. See attached Statement of Work. There will be a mandatory site visit for this requirement on 7 December 2012 at 10:00 a.m. EST. If you wish to attend the site visit please contact MSgt Francis Puangco no later than 05 December 2012 at 1:00 p.m. at francis.puangco@us.af.mil or 302-677-6722 and A1C Germain Duarte at 302-677-5028 or germain.duarte.mx@us.af.mil. To gain access to Dover AFB you must provide Full Name, DOB, Drivers License # and State, and SSN. 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, IAW FAR 52.107(b). Provision 52.211-6, Brand Name or Equal Provision 52.212-1 – Instructions to Offerors – Commercial Items Provision 52.212-2, Evaluation – Commercial Items Provision 52.212-3 Alt 1 – Offeror Representations and Certifications – Commercial Items Provision 52.222-22 Previous Contracts and Compliance Reports The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) Provision 52.222-25 Affirmative Action Compliance The offeror represents that -- (a) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of Provision) Provision 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran—Certification Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Provision 252.209-7998, Representation Regarding Conviction of a Felony Criminal Provision 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Provision 252.225-7000,Buy American Act--Balance of Payments Program Certificate (a) Definitions. “Commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “foreign end product,” “qualifying country,” “qualifying country end product,” and “United States” have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government— (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program clause of this solicitation, the offeror certifies that— (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of “domestic end product”: Line Item Number Country of Origin (If known) (End of provision) Clause 52.204-9, Personal Identity Verification of Contractor Personnel Clause 52.204-99 System for Award Management Registration (DEV) Clause 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award 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, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons, 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim. Clause 52.242-15, Stop Work Order Clause 52.247-34, FOB Destination Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-6, Authorized Deviations in Clauses Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following FAR Clauses cited under this clause also applies: 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests. 252.225-7021, Trade Agreements 252.247-7023, Transportation of Supplies by Sea Clause 252.225-7002, Qualifying Country Sources as Subcontractors Clause 252.232-7010, Levies on Contract Payments Clause 5352.201-9101 Ombudsman. DOV-SVS-WAWF – WAWF Operations Routing Document Addendum to 52.212-1, Instruction to Offerors-Commercial Items. -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 60 calendar days from the date specified for receipt of offers.” The contractor shall include the provisions at 52.212-3, Representation and Certifications-Commercial Items. And shall be registered in System for Award Management (SAM) Registration: https://www.sam.gov/portal/public/SAM/ Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote the by 18 December 2012 at 12:00 hrs (12:00 PM) EST to the contracting office by email in order to be considered for this contract. If you have any questions, please contact the POC below by 10 December 2012. POC information: Germain Duarte, A1C, USAF 302-677-5233 Germain.Duarte.mx@us.af.mil Alternate POC: Francis Puangco, MSgt, USAF 302-677-5232 Francis.Puangco.@us.af.mil *Additional Instructions: 1. If quoting on an alternate product, please include all specifications in the quotation. 2. Award will be made based on best value to the Government, whose offer meets the minimum technical requirements at the lowest price. 3. Vendors shall be required to provide a warranty upon award; an electronic copy is preferred. 4. This is set aside for 100% small business firms. Addendum to 52.212-2, Evaluation – Commercial Items. 1. 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, whose offer meets the minimum technical requirement at the lowest price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q2AM2290A001SHELVINGSTORAGEUNIT/listing.html)
- Place of Performance
- Address: 792 Orly Street, Dover AFB, Delaware, 19902, United States
- Zip Code: 19902
- Zip Code: 19902
- Record
- SN02945672-W 20121212/121210234153-de84e93c198f5df5a04b8ff4de5d4657 (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 |