Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2014 FBO #4578
SOLICITATION NOTICE

63 -- ELECTRONIC GATES - SOW

Notice Date
6/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2K3AD4085A002
 
Point of Contact
DAVID L. WATSON, Phone: 5058463119
 
E-Mail Address
DAVID.WATSON@KIRTLAND.AF.MIL
(DAVID.WATSON@KIRTLAND.AF.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Issuance of Solicitations for Supplies/Services for FY14 Unfunded Requirements 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law—Fiscal Year 2014 Appropriations. Statement of Work This is a 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; quotes are being requested and a written solicitation will not be issued. This requirement is a 100 % Small Business set aside. The NAICS Code for this solicitation is 332618, Size Standard 500 Employees. Solicitation/ Purchase Request number F2K3AD4085A002 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-74 effective 30 May 2014. "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." The Government intends to award one firm fixed price contract with one Contract Line Item Number (CLIN): CLIN 0001 Electronic Gate with Installation UNIT OF MEASURE: EA DESIRED POP: 1 Week F.O.B. DESTINATION Inspection and Acceptance: DESTINATION The following provisions and clauses apply to this procurement FAR 52.204-7 -- System for Award Management, FAR 52.204-13 - System for Award Management Maintenance, FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Alt I Offerors Representation and Certification- Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4 Contract Terms and Conditions- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.219-28, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-18, 52.225-13, 52.232-33, 52.232-39] 52.219-1 Alt I -- Small Business Program Representations. FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.223-10, Waste Reduction Program FAR 52.223-19, Compliance with Environmental management Systems FAR 52.228-5 -- Insurance -- Work on a Government Installation FAR 52.236-3, Site Investigation and Conditions Affecting the Work. FAR 52.236-7, Permits and Responsibilities FAR 52.236-12, Cleaning Up FAR 52.236-13, Accident Prevention FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.245-1, Government Property FAR 52.246-4 Inspection of Services -- Fixed-Price FAR 52.252-1, Solicitation Provisions Incorporated by Reference DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7003, Control of Government Personnel Work Product DFAR 252.204-7004 Alt A, Central Contractor Registration DFAR 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFAR 252.211-7007, Reporting of Government-Furnished Equipment in the DoD Item Unique (IUID) Registry DFAR 252.223-7008, Prohibition of Hexavalent Chromium DFAR 252.225-7001, Buy American-Balance of Payments Program Certificates. DFAR 252.225-7002, Qualifying Country Sources as Subcontractors DRAF 252.225-7048 Export-Controlled Items. DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010, Levies on Contract Payments DFAR 252.243-7001, Pricing of Contract Modifications DFAR 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property DFAR 252.245-7002, Reporting Loss of Government Property DFAR 252.245-7003, Contractor Property System Management Administration DFAR 252.245-7004, Reporting Reutilization and Disposal DFAR 252.247-7023 Alt III, Transportation of Supplies by Sea AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations Please fill out attached Provision for 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. (End of Clause) 52.252-1 -- Solicitation Provisions Incorporated by Reference. As prescribed in 52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998) 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/vffara.htm (End of Provision) 52.252-5 -- Authorized Deviations in Provisions. As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(Deviation)" after the date of the provision. Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (End of Provision) AFFARS 5352.201-9101 Ombudsman OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, AFNWC Ombudsmen: Ms Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. A mandatory site visit has been scheduled for 10 Jun 2014, from 10:00 a.m. to 11:00 a.m. (Mountain Standard Time) at Kirtland Air Force Base, NM Building 20356, Vehicle Operations. All interested vendors must email Mr. David Watson, Contract Specialist, of attendance by 9 Jun 2014, 2:00 pm (Mountain Daylight Time). Please ensure the following information is provided: Solicitation Number Visitor Name Vendor Name Point of Contact Phone Number Email Questions at site visit are to be emailed to david.watson@kirtland.af.mil by 10 June 2014 4:00 PM MST. The answers to questions from site visit will be posted to Federal Business Opportunities. Requests for Quotes (RFQs) are due no later than 17 June 2014 at 4:00pm MST (Mountain Standard Time). Quotes are to be emailed to david.watson.21@us.af.mil. Identify your quotes with the corresponding program title and solicitation number: In accordance with the FAR 13.106-1(a)(2) Soliciting Competition, offerors are notified that award will be made on the basis of best value. Best value shall be determined by price and technically capability. Offeror will be evaluated in accordance with FAR 13.106-2, Evaluation of quotations or offers. All payments are to be paid via the Internet through the Wide Area WorkFlow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www/wawftraining.com. 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. Firms responding to this announcement shall include company name, DUNS number, cage code, point of contact, address, F.O.B. Destination, estimated delivery date, warranties if applicable and business size using NAICS Code 332618, Size Standard 500 employees. Requests for Quotes (RFQs) are due no later than 17 June 2014 at 4:00 pm MST (Mountain Standard Time). Quotes may are to be emailed to david.watson.21@us.af.mil. Identify your quotes with the corresponding program title and solicitation number: Solicitation: Electronic Gate Solicitation number: F2K3AD4085A002 Electronic documents shall be submitted in.pdf,.doc, or.xls. Communication containing documents in any other format, including.zip, may be blocked or stripped by the Government's server and may not be received by this office. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered, you may request an application at (866) 606-8220 or through the SAM website at http://www.sam.gov or by email askSAM@gsa.gov. Interested parties must be valid in their Representations and Certification on SAM. Registration is processed through SAM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2K3AD4085A002/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87116, United States
Zip Code: 87116
 
Record
SN03387172-W 20140607/140605235617-1f0c94d98c17faa9303842ad49e1c4e2 (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.