SOLICITATION NOTICE
54 -- Mobile Defensive Fighting Position - Package #1
- Notice Date
- 9/9/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332323
— Ornamental and Architectural Metal Work Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
- ZIP Code
- 65305
- Solicitation Number
- FA4625-14-Q-0057
- Point of Contact
- Brady Goodwin, Phone: 660-687-5414, Jessica Simon, Phone: (660) 687-5466
- E-Mail Address
-
brady.goodwin@us.af.mil, 509cons.sollgcb@whiteman.af.mil
(brady.goodwin@us.af.mil, 509cons.sollgcb@whiteman.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Salient Characteristics Notice to Offerors: 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. IAW AFFARS MP5332.7(c) 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; quotations are being requested and a written solicitation will not be issued. All offers are to remain valid until 1 October 2014. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4625-14-Q-0021. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The North American Industry Classification System (NAICS) code for this acquisition is 332323. For the purpose of this procurement the small business size standard is 500 Employees. Delivery date is no later than 60 days after award. Items required are listed below: ITEM 0001- QUANTITY: 10 DESCRIPTION: Mobile Defensive Fighting Position in accordance with attached salient characteristics. ITEM 0004- QUANTITY: 1 DESCRIPTION: Shipping The following FAR Clauses and Provisions apply to this acquisition: FAR 52.204-7, System for Award Management Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13, System for Award Mangement (SAM) Maintenance FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Alt I) FAR 52.212-4, Contracts 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 clauses cited are applicable to this solicitation FAR 52.219-6, Notice of Total Small Business Set Aside FAR 52.219-13, Notice of Set Aside of Orders 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 Veterans FAR 52.222-37 -- Employment Reports on Veterans FAR 52.222-36, Affirmative Action for Workshop with Disabilities FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-3, Buy American Act-Free Trade Agreement-Israeli Trade Act FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-18, Place of Manufacture FAR 52.225-18, Place of Manufacture FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Accelerated Payments to Small Business Subcontractors FAR 52.247-34, F.O.B. Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses The following DFARS Clauses and Provisions apply to this acquisition: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officals DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.209-7993, Class Deviation-Prohibition Against Contracting with Corporations that Have a Delinquent Tax Liability or a Felony Conviction DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Request. DFARS 252.232-7010, Levies on Contract Payments DFARS 252.236-7006 WAWF, Local Clause DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items The following AFFARS Clauses apply to this acquisition: AFFARS 5352.201-9101, Ombudsman Clause (AFGSC/A7K, 66 Kenney Avenue Barksdale AFB LA 71110, 318-456-6336) AFFARS 5352.223-9000, Elimination of ODS Attachment 1, Policy Regarding Foreign National Access to Whiteman Air Force Base Award will be made to the offeror representing the best value to the Government. Paper copies of the Request for Quotation will not be made available. Delivery date is no later than 60 days after award. Quotations should be e-mailed to both of the following e-mail addresses: brady.goodwin@us.af.mil and 509cons.sollgcb@us.af.mil or by FAX to (660) 687-4822 to the attention of SrA Brady Goodwin. NOTE: Quotations must be received by 19 August 2014, 3:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered and have an active status in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. Responsible sources may submit a quotation which, if timely received, shall be considered by this agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d6b89077f21626c0686ba03da39a1ca6)
- Place of Performance
- Address: Whiteman, AFB, Whiteman, AFB, Missouri, 65305, United States
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN03502231-W 20140911/140909235828-d6b89077f21626c0686ba03da39a1ca6 (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 |