Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SOLICITATION NOTICE

78 -- Bubble Soccer

Notice Date
7/13/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
F1U3S16153A001
 
Archive Date
8/31/2016
 
Point of Contact
Oliver A. Ancans, Phone: 9073773327
 
E-Mail Address
oliver.ancans@us.af.mil
(oliver.ancans@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Knockerball (i)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. (ii)Solicitation F1U3C16153A001 is issued as a Request for Quotation (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, effective 15 Jun 2016. The DFARS provisions and clauses are those in effect to DPN 20160607, effective 07 Jun 2016. The AFFARS provisions and clauses are those in effect to AFAC 2016-0603, effective 03 Jun 2016. (iv)This requirement is solicited as a 100% total small business set aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 325211 with a small business size standard of 1,250 employees. (v)The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi)The government intends to award a firm-fixed price contract for the following: See Attachment 1: Pricing Schedule (vii)Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Eielson Air Force Base, Alaska 99702 (viii)FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1.To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2.Specific Instructions: The response shall consist of two (2) separate parts: a.Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b.Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information. 3.Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria and specifications in Attachment 1 and 2. Price and technical acceptability will be considered. (ix)FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a)The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price (including all options) and other factors considered. The following factors shall be used to evaluate quotes: (i)Technical acceptability (ii)Price (b)Price (including all options) and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote (including all options) will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c)This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting the following criteria: Minimum Qualifications: Contractor must be able to provide the products described herein (see Attachment 1& 2). (d)A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x)Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Apr 2016), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi)The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii)The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Mar 2016), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-7SYSTEM FOR AWARD MANAGEMENTJul 2013 FAR 52.204-16COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTINGJul 2015 FAR 52.204-18COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCEJul 2015 FAR 52.204-19INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONSDec 2014 FAR 52.209-2PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS -- REPRESENTATIONNov 2015 FAR 52.209-10PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONSNov 2015 FFAR 52.219-6NOTICE OF TOTAL SMALL BUSINESS SET-ASIDENov 2011 FAR 52.219-28POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATIONJul 2013 FAR 52.222-3CONVICT LABORJun 2003 FAR 52.222-19CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIESFeb 2016 FAR 52.222-21PROHIBITION OF SEGREGATED FACILITIESApr 2015 FAR 52.222-22PREVIOUS CONTRACTS AND COMPLIANCE REPORTSFeb 1999 FAR 52.222-25AFFIRMATIVE ACTION COMPLIANCEApr 1984 FAR 52.222-26EQUAL OPPORTUNITYApr 2015 FAR 52.222-36EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIESJul 2014 FAR 52.222-50COMBATING TRAFFICKING IN PERSONSMar 2015 FAR 52.223-18ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVINGAug 2011 FAR 52.225-13RESTRICTIONS ON CERTAIN FOREIGN PURCHASESJun 2008 FAR 52.232-33PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENTJul 2013 FAR 52.232-39UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONSJun 2013 FAR 52.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDec 2013 FAR 52.233-3PROTEST AFTER AWARDAug 1996 FAR 52.233-4APPLICABLE LAW FOR BREACH OF CONTRACT CLAIMOct 2004 DFARS 252.203-7000REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALSSep 2011 DFARS 252.203-7002REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS Sep 2013 DFARS 252.203-7005REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS Nov 2011 DFARS 252.204-7008COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS Dec 2015 DFARS 252.204-7011ALTERNATIVE LINE-ITEM STRUCTURESep 2011 DFARS 252.204-7012SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATIONDec 2015 DFARS 252.204-7015DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS May 2016 DFARS 252.223-7008PROHIBITION OF HEXAVALENT CHROMIUMJun 2013 DFARS 252.225-7001BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-- BASICNov 2014 DFARS 252.225-7002QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORSDec 2012 DFARS 252.225-7048EXPORT-CONTROLLED ITEMSJun 2013 DFARS 252.232-7003ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS Jun 2012 DFARS 252.232-7006WIDE AREA WORKFLOW PAYMENT INSTRUCTIONSMay 2013 DFARS 252.232-7010LEVIES ON CONTRACT PAYMENTSDec 2006 DFARS 252.244-7000SUBCONTRACTS FOR COMMERCIAL ITEMSJun 2013 DFARS 252.247-7023TRANSPORTATION OF SUPPLIES BY SEA--BASICApr 2014 AFFARS 5352.201- 9101OMBUDSMANApr 2014 AFFARS 5352.223- 9001HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONSNov 2012 AFFARS 5352.242- 9000CONTRACTOR ACCESS TO GOVERNMENT INSTALLATIONSNov 2012 (xiii)Options- N/A (xiv)No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. (xv)NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted electronically via email to A1C Oliver Ancans (oliver.ancans@us.af.mil) & SSgt Pablo Buenrrostro (pablo.buenrrostro.1@us.af.mil) Please forward all questions to A1C Oliver Ancans no later than 2PM AKDT on 21 July 2016. An amendment will be issued providing the Government's answers to any questions received. Quotes are due no later than 2PM Alaska Standard Time on 16 August 2016. Quotes shall include the following: a.Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b.Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. Pricing shall be evaluated to include all options (if applicable)! (xvi)Quotations shall be submitted electronically via e-mail to A1C Oliver Ancans (oliver.ancans@us.af.mil) & SSgt Pablo Buenrrostro (pablo.buenrrostro.1@us.af.mil). For information regarding this solicitation, contact the same. List of Attachments: •Attachment 1: Pricing Schedule •Attachment 2: DFARS 252.209-7991 Attachment 1: PRICING SCHEDULE 2 Page LINE ITEMDESCRIPTIONQTYUIUNIT PRICEEXTENDED PRICE 0001: Knockerball clear Large logo 1.MM-1.5MM TPU Thermal plastic polyurethene (TPU) OR EQUAL40EACH$$ 0002: Knockerball clear Medium logo 1.MM-1.5MM TPU Thermal plastic polyurethene (TPU) OR EQUAL30EACH$$ 0003: Shipping directly to Alaska1$$ TOTAL PRICE:$ THIS QUOTE EXPIRES ON: Business Size: -Owned-Owned Delivery Date (Mandatory):Net Terms (Mandatory):DUNS: Printed Name Title Signature Date NOTE: The individual signing must be a signatory official for this Entity; signature constitutes agreement to all terms/conditions contained within this solicitation. 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations. Include the attached provision in all solicitations, including solicitations for the acquisition of commercial items under FAR part 12, that will use funds made available by the Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-O0002) (OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/F1U3S16153A001/listing.html)
 
Place of Performance
Address: Eielson Air Force Base, Alaska 99702, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN04180432-W 20160715/160713234246-d217b0108d4d112c05bd3681dc549927 (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.