Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2014 FBO #4464
SOLICITATION NOTICE

40 -- Cleanroom - FAR 52.212-3 Representations and Certifications - Product Specifications - DFARS 252.209-7994

Notice Date
2/11/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-14-T-0027
 
Archive Date
3/11/2014
 
Point of Contact
Nathaniel L. Rich, Phone: 9375224630
 
E-Mail Address
nathaniel.rich@us.af.mil
(nathaniel.rich@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law – Fiscal Year 2014 Appropriations (Deviation 2014-00004) (Oct 2013) Product Specifications FAR 52.212-3, Representations and Certifications – August 2013 (Return with quotation, or register electronically in SAM) Cleanroom - FE230032590092 The U.S. Air Force requires a contractor to provide a class 10,000 cleanroom or Equal. The anticipated award is firm fixed price - best value. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-14-T-0027 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This RFQ has one line item: Provide a Class 10,000 Cleanroom or equal in accordance with the attached requirements. Include crating, handling, shipping, and all other charges to WPAFB, OH 45433 in quotation. The proposed acquisition is 100% small business set aside. The NAICS is 332311; and the small business size standard for this NAICS code is 500 employees. More information is available upon email request to Nathaniel Rich at nathaniel.rich@us.af.mil. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (August 2009) (attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov and completing the on-line Representations and Certifications. 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 Capability 2) Price The quotations may be in any format but MUST include : 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Quotation number and date 4) Item price 5) Total price (Net 30) 6) Shipping (FBO: Destination) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery schedule 10) Warranty information (if applicable) 11) Completed FAR 52.212-3 Representations and Certification (If not in SAM) 12) Completed DFARS 252.209-7994 (see attachment titled "252.209-7994") Quotations MUST also contain a complete description of item offered to clearly show items meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the internet at website http://farsite.hill.af.mil. The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses and provisions apply to this acquisition: 52.212-1, Instructions to Offerors -- Commercial 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] 52.212-3, Contractor Representations and Certifications 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items: - 52.219-6, Notice of Total Small Business Set-Aside - 52.219-28 Post Award Small 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 - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving - 52.225-13 Restrictions on Certain Foreign Purchases - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.215-20 Requirement for Certified Cost or Pricing Date and Other than Certified Cost or Pricing Data 52.247-34 F.o.b. Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-4 Alterations in Contract 52.252-5 Authorized Deviations in Provisions 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2014 Appropriations (Deviation 2014-00004) 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payment 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alt III Transportation of Supplies by Sea Alternate III 5352.201-9101 Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement : 1. FAR 52.212-3, Representations and Certifications - August 2013 (Return with quotation, or register electronically in SAM) 2. Product Specifications 3. DFARS 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2014 Appropriations (Deviation 2014-00004) (Oct 2013) Quotations, references AND completed representations and certifications, if not available in SAM, are due by 10:00 am Eastern Time on Monday, 24 Feb 2014, to: A1C Nathaniel Rich E-mail: nathaniel.rich@us.af.mil Mailing Address: ATTN: Nathaniel Rich AFLCMC/PZIOB 1940 Allbrook Drive, Ste 3 Wright-Patterson AFB OH 45433-5344 Questions should be directed to Nathaniel Rich at nathaniel.rich@us.af.mil or 937-522-4630. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-14-T-0027 Cleanroom". Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc,.docx,.xls, or.xlsx documents are sent. The e-mail filter may delete any other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-T-0027/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03286808-W 20140213/140211235117-f63f04be42c0f290751643f4a3885645 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.