Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2014 FBO #4716
SOLICITATION NOTICE

W -- Refridgerated/Freezer Trailers - Performance Work Statement

Notice Date
10/21/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-14-T-0026
 
Archive Date
11/20/2014
 
Point of Contact
Constance J DIetrich, Phone: 6097543177
 
E-Mail Address
constance.dietrich@us.af.mil
(constance.dietrich@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Performance Work Statement (dated 17 May 2014) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Request For Quote # FA4484-14-T-0026 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, Effective 25 August 2014 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20140828. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set aside acquisition. The North American Industrial Classification System Code is 532120 with a small business size standard of $35,000,000.00. The government intends to issue a REQUIREMENTS CONTRACT. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: *** PERIOD OF PERFORMANCE: 17 NOVEMBER 2014 - 16 NOVEMBER 2015*** CLIN 0001 - REFRIDGERATED TRAILERS/FREEZER TRAILERS IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ESTIMATED QTY: 72 Each PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ *** PERIOD OF PERFORMANCE: 17 NOVEMBER 2015 - 16 NOVEMBER 2016*** CLIN 1001 - REFRIDGERATED TRAILERS/FREEZER TRAILERS IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ESTIMATED QTY: 72 Each PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ *** PERIOD OF PERFORMANCE: 17 NOVEMBER 2016 - 16 NOVEMBER 2017*** CLIN 2001 - REFRIDGERATED TRAILERS/FREEZER TRAILERS IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ESTIMATED QTY: 72 Each PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ *** PERIOD OF PERFORMANCE: 17 NOVEMBER 2017 - 16 NOVEMBER 2018*** CLIN 3001 - REFRIDGERATED TRAILERS/FREEZER TRAILERS IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ESTIMATED QTY: 72 Each PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ *** PERIOD OF PERFORMANCE: 17 NOVEMBER 2018 - 16 NOVEMBER 2019*** CLIN 4001 - REFRIDGERATED TRAILERS/FREEZER TRAILERS IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT ESTIMATED QTY: 72 Each PLACE OF PERFORMANCE: Joint Base McGuire Dix Lakehurst, NJ QUOTATION PREPARATION INSTRUCTIONS: A requirements type contract will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technical acceptable the offeror must provide proof they are capable of providing the maximum number of refridgerated/freezer trailers with a minimum of forty foot (40') in length. Temperature requirement shall range from negative ten (-10) degrees to seventy (70) degrees Fahrenheit for refridgeration and/or freezer capability. Trailers shall be capable of connecting to 208 volt, 3 phase, 60 amperage electrical service. Trailers must be accessible by forklifts, pallet jacks and personnel. Trailers shall be lockable and must meetfederal, state and local laws and regulations for food storage. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs. Offerors must prepare the Request for Proposal response within the parameters of Wage Determination #2005-2449, Revision #14, dated 25 July 2014. RFQ RESPONSES ARE DUE NO LATER THAN 5 NOVEMBER 2014 @ 3:00 PM EST. APPLICABLE CLAUSES/PROVISIONS: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jun 2008), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate I (Apr 2009). The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. 52.204-System for Award Management (Jul 2013). 52.222-99 Establishing a Minimum Wage for Contractors, 52.216-18 Ordering, 52.216-19 Order Limitatioons, 52.216-21 Requirements. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clauses are applicable: 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Veterans, 52.222-40 Notification of Employee Verification, 52.222-41 Service Contract Act, 52.222-43 Fair Labor Standards Act 52.223-18 Encouraging Contractor Policies, 52.232-33, Payment by Electronic Funds Transfer/ Central Contractor Registration (Oct 2003); FAR 52.219-6, Notice of Total Small Business Set Aside (June 2003); FAR 52.219-14, Limitations on Subcontracting; FAR 52.252-2, Clauses Incorporated by Reference; Service Contact Act of 1965; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b), 252.232-7003, Electronic Submission of Payment Requests (Mar 2008). 252.216-7006 Ordering. AFFARS 5352.201-9101, Ombudsman. ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-14-T-0026/listing.html)
 
Place of Performance
Address: 3021 McGuire Blvd, Joint Base McGuire-Dix-Lakehurst, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN03555330-W 20141023/141021234710-847d5fa4d43ce4cf40f6ac5106d4a722 (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.