SOLICITATION NOTICE
54 -- Relocatable Habitat Units - Detailed Description of Requirement
- Notice Date
- 8/27/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 321991
— Manufactured Home (Mobile Home) Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
- ZIP Code
- 96543-4040
- Solicitation Number
- F1C0CR4160A001RELOCATABLEHABITATUNITS
- Archive Date
- 10/4/2014
- Point of Contact
- Tom E. Hammonds, Phone: 6713662667, Andrea C. Lay, Phone: 6713664947
- E-Mail Address
-
tom.hammonds@us.af.mil, andrea.lay.1@us.af.mil
(tom.hammonds@us.af.mil, andrea.lay.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Detailed description and examples of what the government is requesting This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation F1C0CR4160A001 is being issued as a Request for Quote (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 321991 and the small business size standard is 500 Employees. The following commercial items are requested: Clin-0001 12 x 32 Feet Two story unit Relocatable Habitat (RHU) 1 Each RHU's must be in accordance with attached specifications Clin-0002 Two story unit Relocatable Habitat (RHU) First story shall be 12 x 32 and second story shall be 12 x 16 1 Each With Parapit on second floor Clin-0003 24 x 32 Feet Single Story Unit Relocatable Habitat (RHU) 2 Each RHU's must be in accordance with attached specifications Clin-0004 Installation/Training- Training should include the number of estimated hours, and the topics that will be covered. Clin-0005 Travel cost that will be incurred in accordance with the Joint Travel Regulation ***Please see attachments for further descriptions of the requirement. *ALL ASSOCIATED SHIPPING COSTS MUST BE INCLUDED WITH FINAL QUOTE. SHIPPING/DELIVERY OF SERVICES/MATERIALS IS FOB DESTINATION TO GUAM: 736 Security Forces/Commando Warrior Bldg 61226 Northwest Field Yigo, GU 96929 Submit your quote via email to SrA Tom Hammonds at tom.hammonds@us.af.mil. Responses to this RFQ must be received via e-mail not later than Friday, 19 September 2014 (06:00 (1800) PM United States Eastern Time (EDT) Oral quotes will not be accepted. Collect calls will not be accepted. Hand delivered quotes will not be accepted. Emailed quotes must be received at the stated addressees' email inboxes on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the contractor's responsibility to request and receive confirmation of quote receipt. The Government has limited capability to accept attachments in quotes and requests that contractors limit quotes to no more than 10 pages. All questions regarding this RFQ must be submitted via email. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quote submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. *** All quotes must include registered DUNS, CAGE codes, Tax ID, and small business status, and any applicable GSA contract number.*** FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. Quotes must include information and pricing for all CLINS to be considered for award. 1. Price: Prices must be submitted for CLIN 0001-0005, including shipping to Guam. Do not include a separate CLIN for shipping costs. Shipping costs must be included within the line items listed. This is an all-or-none request. 2. Technical Capability: Specifications including any brand and model numbers must be included with quote. FAR 52.212-2, Evaluation- The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is determined to be the best value to the Government which means the offer with the most optimal combination between technical and price. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications listed under CLIN 0001-0005. 1. Price: Price: Offerors must provide prices for all CLINS (0001, 0002, 0003, 0004, 0005) (i) Arithmetic Discrepancies. For the purpose of initial evaluation of offers, the following will be utilized in resolving arithmetic discrepancies found on the face of the bidding schedule as submitted by the offeror. (A) Obviously misplaced decimal points will be corrected; (B) Discrepancy between unit price and extended price, the unit price will govern; (C) Apparent errors in extension of unit prices will be corrected; (D) Apparent errors in extended prices per CLIN will be corrected. 2. Technical: The offeror That meets all the the requirements by the government will move forward to the technical evaluation. If the lowest priced quote is deemed to be other than the best value to the government, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is in the best value to the government. TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable Quote that is deemed to be in the best value of the government: The quote that can most accuratly meet or exceed all the descriptive requirements per the attachment. Award will be made to the contractor that can provide the most optimal price and technical acceptability. Unacceptable Quote that does not meet, or exceed the requirement per the descriptive attachment- The government has reasonable expectation that the contractor cannot meet or exceed the needs of the government AWARD PROCESS: The Government will make an award to the offeror whose offer represents the best value to the Government. Best value means the offer with the most optimal combination between technical and price with acceptable past performance. The Government reserves the right to award to other than the lowest offeror. When compared to price, technical approach shall be considered of higher importance. When compared to price, past performance is considered of lower importance. The Government will evaluate all submissions for technical approach/risk, price, and past performance. The Government intends to make one award on an all or none basis to the offeror meeting the above criteria without discussions, but reserves the right to open discussions at any time in the evaluation process. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: 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. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 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 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. Additional provisions and clauses that apply to this acquisition are; FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.233-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (Gene Eastman, Chief, Policy Branch, Contracting Division, HQ PACAF/KH/AFICA, telephone number 808-449-8569), Ombudsman All quotes, questions, and any requests for more information must submitted in writing and be sent to SrA Tom Hammonds or TSgt Andrea Lay at tom.hammonds@us.af.mil, andrea.lay.1@us.af.mil or at 671-366-2667 ; 671-366-4947.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C0CR4160A001RELOCATABLEHABITATUNITS/listing.html)
- Place of Performance
- Address: Andersen AFB, Northwest Field, Yigo, Guam, 96929, United States
- Zip Code: 96929
- Zip Code: 96929
- Record
- SN03484474-W 20140829/140828023524-8fd18494ab68b5986a400e9dc234123a (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 |