SOLICITATION NOTICE
J -- Forcemate panel repair tooling kit brand name or equal
- Notice Date
- 8/7/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- 125 FW/MSC, 14300 Fang Drive, Jacksonville, FL 32218-7933
- ZIP Code
- 32218-7933
- Solicitation Number
- F6U3MA4114A001
- Response Due
- 9/10/2015
- Archive Date
- 10/10/2015
- Point of Contact
- Orlando Castro-Vallescorbo, 904-823-0567
- E-Mail Address
-
125 FW/MSC
(orlando.castrovallescorbo.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. 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 are being requested and a written solicitation will not be issued. The solicitation number is F6U3MA4114A001 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 332510 with a small business size standard of 500 employees. The Government intends to issue a firm fixed price contract for the acquisition of the Forcemate panel repair tooling kit brand name or equal. Quotations must be good for at least one month after the closing postdate. PROPOSALS MUST BE ALL OR NONE. PARTIAL AWARDS WILL NOT BE MADE. Offerors are encouraged to include documentation that showcases the amenities their property offers. Quotes due by: 10 September 2015 @ 11:00 A.M. EST LIST OF ATTACHMENTS: 1. Combined Synopsis-Solicitation: F6U3MA4114A001 A. THE FOLLOWING SHALL BE INCLUDED IN THE CONTRACTOR'S RESPONSE FOR EVALUATION: i. Total Price Quote: a. Each item price and bottom price must be included. ii. Salient Characteristics: a. List all salient characteristics for each item posted. B. EVALUATION OF QUOTES: Lowest Price Technically Acceptable (LPTA): Following closure of this combined Synopsis/Solicitation all quotes will placed in order from lowest to highest priced. The evaluation team will start with the lowest Quote and work to the highest determining Technical Acceptability. The lowest three Quotes deemed Technically Acceptable will be considered for award. Award will be made on the basis of the lowest evaluated price Quote meeting the acceptability standards for non-cost factors. Failure to meet a technical requirement may result in an offer being determined technically unacceptable. Each technical requirement set forth below will receive a rating of acceptable/unacceptable based on the assessed strengths and deficiencies of each offeror's quote as they relate to each technical requirement. DESCRIPTION OF SUPPLIES AND/OR SERVICES TABLE 1 Forcemate Panel Repair Tooling Kit Brand Name or Equal 001-AAFTI-F15PR-1 1 002-AA1010-002 Multi-System Tooling Case1 003-AAPRB-A301HTS-070-S Forcemate Kit 20 004-AAPRB-A311HTS-070-S Forcemate Kit20 005-AAPRB-A301HTS-120-S Forcemate Kit20 006-AAPRB-A311HTS-120-S Forcemate Kit20 007-AAPRB-A40 1HTS-100-S Forcemate Kit20 008-AAPRB-A411HTS-100-S Forcemate Kit20 009-AAFMB-SML-0-080 Forcemate Kit20 010-AAFMB-SML-1-080 Forcemate Kit20 011-AAFMB-SML-0-130 Forcemate Kit20 012-AAFMB-SML-1-130 Forcemate Kit20 013-AAFMB-6ML-0-090 Forcemate Kit20 014-AAFMB-6ML-1-090 Forcemate Kit20 Verify that the prices quoted reflect the most competitive pricing available to the Government with regard to this Combined Synopsis/Solicitation. QUOTE PREPARATION INSTRUCTIONS: To assure timely and equitable evaluation of Quotes, Offerors shall follow the instructions and Sections above and contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or sub factors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors shall clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Page Size: Page size shall be 8.5 x 11 inches. Pages shall be single-spaced. Except for the reproduced sections of the solicitation document, the text size shall be no less than Times New Roman 12 point. Use at least 1-inch margins on all sides of each page. Pages shall be numbered sequentially by volume. If there are discrepancies in page counts between paper and electronic submittals, the paper version shall take precedence. Tables, Charts, Graphs, and Figures: Legible tables, charts, graphs and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible, and shall not exceed 11 by 17 inches in size when printed. Foldout pages shall fold entirely within the volume, and count as two (2) pages. Foldout pages may only be used for large tables, charts, graphs, diagrams and schematics, and not for pages of text. For tables, charts, graphs and figures, the text shall be no smaller than 8 point. Provisions & Clause: THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS ACQUISITION (Note: Provisions and/or clauses marked with a * require the offeror to provide responsive information as set forth within those provisions and/or clauses. This responsive information shall be submitted in the same format provided within those provisions or clauses at the time a Quote is submitted.): FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Dec 2012) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government entity Code Maintenance 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 52.219-28 Post-Award Small Business Program Representation FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-55 Minimum Wages Under Executive Order 13658. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013) The following are applicable clauses cited within FAR 52.212-5: FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013)(31 U.S.C. 6101 note). FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-21Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.233-3, Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246) FAR 52.222-36 Equal Opportunity for Workers with Disabilities. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.222-50 Combating Trafficking in Persons FAR 52.232-33 Payment by Electronic Funds Transfer System of Award Management Registration (Jul 2013) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) (10 U.S.C. 2227) DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252.232-7006 Wide Area Work Flow Payment Instructions DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7004 Alt A System for Award Management, 252.204-7015 Disclosure of Information to Litigation Support Contractors, DFARS 252.225-7000 Buy American-Balance of Payments Program Certificate, DFARS 252.225-7001 Buy American and Balance of Payments Program, DFAR 252.225-7035 Alt I Buy American-Free Trade Agreements-Balance of Payments Program Certificate, DFARS 252.225-7036 Alt I Buy American-Free Trade Agreements-Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252-232-7010 Levies on Contract Payments, DFARS 252.237-7010 Prohibition of Interrogation of Detainees by Contractor, DFARS 252.244-7000 Subcontracts for Commercial Items, DFARS252.247-7023 Transportation of Supplies by Sea. DFARS 252.246-7000 Material Inspection and Receiving Report DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEV) Full Text Provisions, Clauses & Addendums FAR 52.212-1 Instructions to Offerors - Commercial Items, Addendum PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number 2. TIN Number 3. CAGE Code 4. Contractor Name 5. Payment Terms (net 30) or Discount 6. Period of Performance 7. Business Type (i.e. small, women-owned, etc.) 8. Point of Contact & Phone Number 9. Fax Number 10. Email address 11. FOB (destination or origin) 12. GSA number, if applicable to this requirement FAR 52.212-2 -- Evaluation -- Commercial Items. FAR 52.204-7 System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov. FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that: (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. FAR 52.222-25 Affirmative Action Compliance (Apr 1984) The offeror represents that - (a) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. FAR 52.252-1 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 address: http://farsite.hill.af.mil. FAR 52.252-2 Clause Incorporated by Reference (Fen 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, Offerors are hereby advised to include a completed copy of the provision with offer. DFARS 252.232-7006 Wide Area Work Flow (WAWF) Payment Instructions. Quoters must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988. (End of Provisions and Clauses) Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. Offers will be accepted via EMAIL or submitted to FedBizOpps.gov. All other offers received will be rejected. Email all offers to the email address listed below. All offers are due by 9-SEPTEMBER-2015 at 11:00:00 a.m. EST. Point of Contact: CPT Orlando Castro, FLARNG (904) 741-7440 orlando.castrovallescorbo.mil@mail.mil ******* End of Combined Synopsis/Solicitation *******
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08-1/F6U3MA4114A001/listing.html)
- Place of Performance
- Address: 125 FW/MSC 14300 Fang Drive, Jacksonville FL
- Zip Code: 32218-7933
- Zip Code: 32218-7933
- Record
- SN03828929-W 20150809/150807234955-c755ec140cf30ac5fe2d9280cc9a4bca (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 |