Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2014 FBO #4584
SOLICITATION NOTICE

84 -- EOD Bomb Suits and Helmets - Combo

Notice Date
6/11/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
 
ZIP Code
32403
 
Solicitation Number
FA8051-14-T-0010EOD
 
Archive Date
9/11/2014
 
Point of Contact
Fred Alcorn, , Joseph R. Willard,
 
E-Mail Address
fred.alcorn.3@us.af.mil, joseph.willard@us.af.mil
(fred.alcorn.3@us.af.mil, joseph.willard@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2: Mandatory DFARS Clause 252.209-7993 Attachment 1: Brand Name J&A Combo - EOD Bomb Suits and Helmets This is a combined synopsis/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; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is FA8051-14-T-0010 EOD Bomb Suits and is issued as a Request for Quote (RFQ). The 772 ESS/PKD Contracting Flight, Tyndall AFB, Florida, requires the following: EOD 9 Bomb Suits and 9a Helmets. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-73 effective 29 May 2014, Defense Federal Acquisition Circular Notice DPN 20140506 effective 6 May 2014, and Air Force Acquisition Circular AFAC 2014-0421 effective 21 Apr 2014. This acquisition is being set aside for Small Business. A firm-fixed price contract will be awarded. The contract will be awarded with four (4) Contract Line Item Number (CLINs). CLIN Description Qty Unit of Issue 0001 EOD 9 Bomb Suits (small) (4000-0091-5) 5 Each Brand Name (see attached J&A) 0002 EOD 9 Bomb Suits (medium) (4000-0091-7) 9 Each Brand Name (see attached J&A) 0003 EOD 9 (Bomb Suits (large) (4000-0091-8) 9 Each Brand Name (see attached J&A) 0004 EOD 9A Helmets (MA005054-04) 22 Each Brand Name (see attached J&A) Award will be made to the lowest price offeror that is determined to be technically acceptable. To be determined technically acceptable, the proposal must provide the brand name items and above quantity (see attachment 1, Brand Name J&A). Additionally, all contractors shall complete DFARS clause 252.209-7993 (see attachment 2) and submit it with their quote; failure to do so will deem the quote ineligible for consideration. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due Friday, 11 July 2014, by 4:00 p.m. (central time). Any questions shall be submitted no later than 18 June 2014, by 12:00 p.m. (central time). Submit offers or questions to the Contract Intern, Mr Fred Alcorn, fred.alcorn.3@us.af.mil, phone number 850-283-6558, and the Contracting Officer, Mr Joseph Willard, joseph.willard@us.af.mil, phone number 850-283-3663. All questions must be submitted via e-mail. Questions over the phone will not be accepted. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference or full text (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.202-1, Definitions FAR 52.203-3, Gratuities FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7, System for Award Management FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.211-17, Delivery of Excess Quantities FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3, Alt I, Offeror Representations and Certifications - Commercial Items 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, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post-Award Small Business Program Representation; 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 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - CCR FAR 52.219-1, Alt I, Small Business Program Representations (NAICS 315990 - 500 Personnel) FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-8, Discounts for Prompt Payment FAR 52.232-11, Extras FAR 52.232-23, Assignment of Claims FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1, Disputes FAR 52.233-2, Service of Protest FAR 52.233-3, Protest after Award FAR 52.242-13, Bankruptcy FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.O.B. -- Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference, (http://farsite.hill.af.mil/) FAR 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil/) FAR 52.252-5, Authorized Deviations in Provisions (Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision) The following Defense Federal Acquisition Regulations (DFAR) provisions and clauses apply to this solicitation and are incorporated by full text (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7004, Subcontracting with Firms that are owned or Controlled by the Government of a Terrorist Country DFARS 252.225-7001, Buy American Act and Balance of Payments Act DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.243-7002, Request for Equitable Adjustment DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.209-7001, Disclosure of Ownership or Control by Government of a Terrorist Country DFARS 252.225-7000, Buy American Act - Balance of Payment Program Certificate DFARS 252.247-7022, Representation of Extent of Transportation by Sea The following Air Force Federal Acquisition Regulations (AFFARS) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): AFFARS 5352.201-9101, Ombudsman (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 ombudsmen, Air Force Installation Contracting Agency (AFICA)/KP Director, 1940 Allbrook Dr Bldg 1, Wright Patterson AFB, Ohio 45433, 937-257-8980; facsimile 937-257-5529. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU 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. List of Attachments: Attachment 1: Brand Name J&A Attachment 2: Mandatory DFARS Clause 252.209-7993
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9cee8086c3d9fa93e8299b0f807d7786)
 
Place of Performance
Address: 139 Barnes Dr. Suite 1, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03392337-W 20140613/140611235438-9cee8086c3d9fa93e8299b0f807d7786 (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.