SOLICITATION NOTICE
38 -- Deicing Spreaders
- Notice Date
- 9/25/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
- ZIP Code
- 83648-5258
- Solicitation Number
- FA4897-13-Q-0015
- Archive Date
- 10/12/2013
- Point of Contact
- Erik W. Owens, Phone: 2088286479, Heather M. Rippy, Phone: 2088286470
- E-Mail Address
-
erik.owens@mountainhome.af.mil, heather.rippy@us.af.mil
(erik.owens@mountainhome.af.mil, heather.rippy@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with System for Award Management (SAM). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 and through Department of Defense Acquisition Regulation Change Notice 20130909. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued unrestricted. North American Industrial Classification Standard: 334510; Small Business Size Standard: 750 EMP CLIN 0001 Epoke S3800 Sirius 2T or equal 1 each Dry capacity: 5.2 - 12.0 cu yard. 2. Liquid capacity: 490 - 1,075 gallons. 3. Pre-wetting: Yes - variable from 5% to 30%. 4. Anti-icing: No. 5. Ground speed related: Yes. 6. Spread width: Dry or prewet matierials - up to 80 feet. CLIN 0002 Hyrdraulic or wheel kit 1 Each CLIN 0003 Training 1 Each CLIN 0004 Freight 1 Each *Note 1: Any "or equal" item shall meet the specifications listed above. *Note 2: The Government will evaluate "or equal" submittals prior to award. (v) The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The government reserves the right to cancel this solicitation, either before or after the closing date. (vi) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The provision at FAR 52.211-6 Brand Name or Equal - applies to this acquisition. Brand Name or Equal If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- 1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any; and Make or model number; 2) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and 3) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (viii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. QUOTE/PROPOSAL INSTRUCTIONS: Offerors shall provide supporting documentation for an "or equal" quote for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all line items are priced). Adequate competition is anticipated for this acquisition. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price considered. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. (ix) The provision at FAR 52.212-2 Evaluation -- Commercial Items, applies to this acquisition. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price and meets the requirement, which shall represent best value to the Government. Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Price (all line items shall be priced) The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. (x) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at System for Award Management (SAM) website. If the annual representations and certifications have not been completed electronically at the SAM website, then only paragraphs (b) through (i) of this provision need to be completed. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is included. (xii) The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personel; FAR 52.204-10; Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.209-6 Protecting the Governement's when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; 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 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.225-1 Bu American Act - Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Relating to Compenstaion of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232.7006 Wide Area Workflow Payment Instructions; and AFFARS 5352.201-9101 Ombudsman (see below POC). **Lt Col Tonney Kaw-uh, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5373, facsimile number (757) 764-4400, Email address: tonney.kawuh@langley.af.mil.** (xiii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xiv) SOLICITATION RESPONSES must be received no later than 4:00 pm Mountain Time 27 September 2013 at 366TH Contracting Squadron/LGCA2, Suite 498, Bldg 512, Mountain Home AFB, ID 83648. Mail or e-mail response to erik.owens.5@us.af.mil. An official authorized to bind your company shall sign the offer. (xv) Point of Contact: A1C Erik Owens, Contract Specialist, Ph 208-828-6479; e-mail: erik.owens.5@us.af.mil. Heather Rippy, Contracting Officer, Ph 208-828-6470, e-mail: heather.rippy@us.af.mil. PLACE OF PERFORMANCE: Mountain Home AFB, ID 83648.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897-13-Q-0015/listing.html)
- Place of Performance
- Address: Mountain Home AFB, Idaho, 83648, United States
- Zip Code: 83648
- Zip Code: 83648
- Record
- SN03202210-W 20130927/130925235357-602d0e1f8924612ad0e9fa073c17ce95 (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 |