MODIFICATION
61 -- Simulator Uniterruptible Power Supply Batteries
- Notice Date
- 6/4/2014
- Notice Type
- Modification/Amendment
- NAICS
- 335911
— Storage Battery Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Flight, 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843-5102, United States
- ZIP Code
- 78843-5102
- Solicitation Number
- F2R1A14128A001
- Archive Date
- 6/28/2014
- Point of Contact
- alejandro alvarado, Phone: 8302985992, Charles M Frerich, Phone: 830-298-5175
- E-Mail Address
-
alejandro.alvarado.3@us.af.mil, charles.frerich@us.af.mil
(alejandro.alvarado.3@us.af.mil, charles.frerich@us.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 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. Solicitation number "F2R1A14128A001, Simulator Batteries" is hereby issued as a Request for Quotation (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. This requirement is being solicited on an unrestricted basis, and is under North American Industry Classification System (NAICS) code 335911 with a small business size standard of 500 employees. All responsible sources may submit a capability statement or quotation, which shall be considered by the agency. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73, effective 29 April 2014 and the Defense Federal Acquisition Regulation Supplement Change Notice 20140506. CLIN 0001 - Deliver, install and dispose of 80 UPS batteries in pump room 1 in Bldg. 328/Battery specs must be: SIGMAS TEK 12V 20HR (1.75 cell) battery # SPX 12-400FR, Length 12.8 in./Width 6.69/Height 8.39 in. PSC 6135. It is the responsibility of the offeror to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The provision FAR 52.212-1 Instructions to Offerors - Commercial Items (July 2013) and the applicable addendum apply to this acquisition. The addendum references FAR 52.212-1(b)(8) and is hereby tailored as follows: FAR 52.212-1 Addendum SUBMISSION OF COMPLETE QUOTES: All quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Failure to furnish a complete quote, at the time of quote submission, may result in the quote being unacceptable to the Government and eliminated from consideration for award. A complete quote must include the following: 52.212-3 Alt I 52.219-28 52.222-22 52.222-25 Offerors shall include with their offer a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2013) and Alternate I (Apr 2011). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. Award will be made to the lowest priced offeror who meets the required product specifications. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (DEVIATION 2013-O0019) (Jan 2014) applies to this acquisition and the following clauses are applicable: 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). In addition to the clauses listed above, the following clauses and provisions are applicable to this acquisition and are incorporated by reference: 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns JAN 2011 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2014 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 52.232-40 Payment By Electronic Funds Transfer-- System for Award Management Providing Accelerated Payments to Small Business Subcontractors JUL 2013 DEC 2013 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials APR 2012 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American And Balance Of Payments Program DEC 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea JUN 2013 5352.223-9001 Health and Safety on Government Installations NOV 2012 MAY 2002 The following clauses and provisions apply to this acquisition and are incorporated by full text: 52-212.3 Alt I Offeror Representations and Certifications -- Commercial Items Alternate I (May 2014). 52.222-22 Previous Contracts and Compliance Reports Feb 1999 52.222-25 Affirmitive Action Compliance APR 1984 252.204-7004 Alternate A, System for Award Management MAY 2013 252.209-7999 (Dev) Prohibition Against Contracting with Corporations that have Unpaid Delinquent Tax Liability JAN 2012 252.225-7000 Buy American And Balance Of Payments Program Certificate JUN 2012 252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 The following clauses are incorporated and amended as follows: FAR 52.212-4 Addendum (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Administrative changes such as paying office, appropriation data, typographical errors, etc., may be changed unilaterally by the Government. FAR 52.219-28, Post Award Small Business Program Representation, the North American Industry Classification System code 335911 is inserted into paragraph (g) assigned to F2R1A14128A001. FAR 52.252-1, Solicitation Provisions Incorporated by Reference is amended to include Internet address: http://farsite.hill.af.mil. (Feb 1998). FAR 52.252-2, Clauses Incorporated by Reference is amended to include Internet address: http://farsite.hill.af.mil. (Feb 1998). FAR 52.252-5, Authorized Deviations in Provisions is amended in paragraph (b) to add "Department of Defense Federal Acquisition Regulation" Chapter 2 (Apr 1984); FAR 52.252-6, Authorized Deviations in Clauses is amended in paragraph (b) to add "Department of Defense Federal Acquisition Regulation" Chapter 1 (Apr 1984); AFFARS 5352.201-9101, Ombudsman (Apr 2014) ( AETC, the Deputy Director of Contracting, AFICA/KT (OL-AET), 2035 First Street West, JBSA Randolph TX 78150-4304, telephone 210-652-7907 (DSN 487-7907); facsimile 210-652-8344 (DSN 487-8344). The alternate Ombudsman is the Chief, Clearance & Program Support Division, AFICA/KTC, 2035 First Street West, JBSA Randolph TX 78150-4304, telephone 210-652-7075 (DSN 487-7075). In Accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (May 2013); Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment AFFARS MP5332.7, "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." Addendum, Smoking in AETC Facilities Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 10-42, Tobacco Use in the Air Force, and its AETC Supplement 1, outline the procedures used by the Commander to control smoking in our facilities. Contractor employees are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. This purchase will incorporate 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 address: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management (SAM) www.sam.gov. The quote format is at the discretion of the offeror provided that each CLIN has a quote. Email responses are preferred. No telephonic responses will be processed. All responses must be received no later than Wednesday, 13 June 14 at 12:00pm CST. Please send quotes to Alejandro Alvarado by e-mail alejandro.alvarado.3@us.af.mil or Charles Frerich at charles.frerich@us.af.mil. If you have any questions please call (830) 298-5992 or send an e-mail to one of the above e-mail address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/F2R1A14128A001/listing.html)
- Place of Performance
- Address: 570 2nd Street, STE 6, Building 328, Laughlin, Texas, 78843, United States
- Zip Code: 78843
- Zip Code: 78843
- Record
- SN03385191-W 20140606/140604234932-55332b3763b831b73842e20003ba4fb1 (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 |