SOLICITATION NOTICE
61 -- Motor Generator Replacement Set - RFQ - SOW
- Notice Date
- 4/1/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M2X55337AW01
- Archive Date
- 5/17/2016
- Point of Contact
- David Rios Chinas, Phone: 843-963-5166, Jacqueline Brown, Phone: (843) 963-5857
- E-Mail Address
-
david.rios_chinas.1@us.af.mil, jacqueline.brown.1@us.af.mil
(david.rios_chinas.1@us.af.mil, jacqueline.brown.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW Request for Quote (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M2X55337AW01 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination solicitation/synopsis that will used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 effective 07 Mar 2016. (iv) This acquisition is a total small business set-aside. The applicable NAICS Code 335312 with size standard of 1,000 employees. (v) The offeror shall submit a lump sum quote for the purchase/supply and replacement of one (1) each 60 to 400Hz Motor-Generator (M-G) set, MFG: KATO Engineering Part Number/Set Code: 60-400-5-3000 or EQUAL for frequency conversion for Bldg 700 at Joint Base Charleston - Air Base (JB CHS-AB), South Carolina. A mandatory site visit will be held on Tuesday, 19 April 2016 at 1000 AM EST at Building 700, Joint Base Charleston - Air Base. All prospective Offerors shall meet on the second floor of Bldg 503, Joint Base Charleston - Air Base. All prospective Offerors are urged to attend this conference and are requested to contact A1C David Rios, Contract Specialist at (843) 963-7466, Fax number (843) 963-5183, e-mail address david.rios_chinas.1@us.af.mil NLT 8 April 2016 at 12:00PM EST if they plan to attend. Joint Base Charleston has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of vehicle insurance.) Details regarding the information required will be provided upon request to A1C David Rios at david.rios_china.1@us.af.mil. All responsible sources may submit a quote, which shall be considered. A firm fixed price contract is contemplated. (vi) The contractor will be responsible for providing all necessary personnel, labor, supervision, materials, equipment, tools and vehicles as required to supply and perform the replacement (removal/installation) of one (1) each 60 to 400 Hz motor-generator (M-G) set, MFG: KATO Engineering Part Number/Set Code: 60-400-5-3000 or EQUAL for frequency conversion to the 437th Maintenance Squadron (MXS) at Building 700, Joint Base Charleston - Air Base, South Carolina. The M-G set, at minimum, shall meet specifications identified on the attached Request for Quote (RFQ) document and Statement of Work (SOW), and shall conform to standard commercial/industry safety standards. (vii) Performance must start within thirty (30) calendar days after award of contract, and must be completed within thirty (60) calendar days after start of work. FOB: Destination (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award (full text of clauses and provisions may be accessed electronically via website http://farsite.hill.af.mil ): FAR 52.212-1, Instructions to Offerors - Commercial (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: •1. Price: The Government will evaluate the total price of the offer for award purposes. •2. Technical Capability: The item proposed, shall meet at a minimum, all the salient characteristics listed in the SOW. The Government will evaluate the capability of the item offered to meet the Government requirement. The Government will award a contract to the lowest priced, technically acceptable offeror. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. •· FAR 52.211-6, Brand Name or Equal •· FAR 52.211-17, Delivery of Excess Quantities •· FAR 52.219-6, Notice of Total Small Business Set-Aside •· FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O00019)(Feb 2016) are incorporated by reference, however, the following clauses apply: FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons •· FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. •· FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xiii) The following additional clauses are applicable to this procurement: •· FAR 52.204-7, System for Award Management •· FAR 52.204-10, Reporting Executive 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 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations •· FAR 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving •· FAR 52.223-15, Energy Efficiency in Energy-Consuming Products •· FAR 52.225-13, Restrictions on Certain Foreign Purchases •· DFARS 252.225-7001, Buy American Act and Balance of Payments Program •· DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) •· DFARS 252.246-7000, Material Inspection And Receiving Report •· DFARS 252.247-7023, Transportation of Supplies by Sea •· AFFARS 5352.201-9101 Ombudsman OMBUDSMAN (APR 2015) (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, the interested party may contact the ombudsmen, Mr. Gregory S. Oneal, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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. •· AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) •· AFFARS 5352.223-9001, Health and Safety on Government Installations •· AFFARS 5352.242-9000, Contractor Access to Air Force Installations •· DFARS 252.223-7008, Prohibition of Hexavalent Chromium (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 02 May 16 no later than 2:00 PM EST. Requests should be marked with solicitation number F1M2X55337AW01. (xvi) Address questions to A1C David Rios Contracting Specialist, at (843) 963-7466, fax (843) 963-5183, email david.rios_chinas.1@us.af.mil or Jacqueline Brown, Contracting Officer, at (843) 963-5857, fax (843) 963-5183, email jacqueline.brown.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php ) Also see http://www.sba.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M2X55337AW01/listing.html)
- Place of Performance
- Address: Joint Base Charleston, Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN04071080-W 20160403/160401235006-a0752eaaba471ccc8061a8bec53eb5f1 (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 |