Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2017 FBO #5711
SOLICITATION NOTICE

J -- Fire Truck Power Divider Installation - Anti-Terrorism Statement - Wage Determination - 52.212-3 Offeror Reps and Certs

Notice Date
7/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
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
FA4484-17-Q-0009
 
Archive Date
10/2/2017
 
Point of Contact
Amber Molina, Phone: 6097544408, Christine T. Lehtinen, Phone: 6097544713
 
E-Mail Address
amber.molina@us.af.mil, christine.lehtinen@us.af.mil
(amber.molina@us.af.mil, christine.lehtinen@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Burlington County Wage Determination 2015-4191 Rev 1 dated 22 Feb 2017- Please note that the wage determination will be changed if the successful offeror is not within Burlington County. Anti-Terrorism Statement COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Fire Truck Power Divider Installation This is a combined synopsis/solicitation for commercial services in accordance with (IAW) FAR Subpart 12.6 and FAR Part 13.105(b), supplemented with additional information included in this notice. This announcement constitutes the solicitation only; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-17-Q-0009 is being issued as a Request for Quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (effective 19 Jan 17) and Defense Federal Acquisition Regulation Supplement 20161222 (effective 22 Dec 16). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is solicited as a 100% small business set-aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 811111 with a small business size standard of $7.5 million. The government intends to issue a fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001 - Provide and install new power divider in accordance with the attached statement of work. TOTAL PRICE: _____________________ **Note: All offerors are required to fill-out and return Federal Acquisition Regulation clause 52.212-3 Alt 1 (attached) All quotes are due no later than 2:00 PM 25 JULY 2017. Quotes may be emailed to amber.molina@us.af.mil, or mailed to 87 Contracting Squadron, Attn: Amber Molina, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641. Basis for Award: Award will be based upon the lowest-price technical acceptable (LPTA) offer received. The government will select the offeror with the lowest evaluated price from among those meeting the technical standards. A purchase order may be awarded to the offeror who is deemed responsible in accordance with Federal Acquistion Regulation (FAR) Part 9.1 as supplemented; whose quote conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications and all other information required by the solicitation) and is judged to represent the lowest priced technically acceptable quote. Addendum to FAR 52.212-1 Instructions to Offerors -- Commercial Items 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 has been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the quotes, the contractors must follow the instructions contained herein. The quotation must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. a. Technical Acceptability - Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technically acceptable the offeror must provide proof that they meet or exceed the requirements of the SOW. Offerors who fail to provide the documentation will receive an unacceptable technical rating and their quote will be unawardable. b. Price - Prices will be compared to other offerors and the independent government estimate. Offerors whose total price is unreasonable (in accordance with FAR 15.404 and FAR 31.201-3), unbalanced (in accordance with FAR 15.404-1), or unaffordable (not within any budgetary information included in the solicitation) may not be considered for award. ATTACHMENTS: 1. Federal Acquisition Regulation clause 52.212-3 Alt 1 2. Burlington County Wage Determination 2015-4191 Rev 1 dated 22 Feb 2017- Please note that the wage determination will be changed if the successful offeror is not within Burlington County. 3. Anti-Terrorism Statement APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Federal Acquisition Regulation: 52.204-7 System for Award Management, 52.204-13, System for Award Management Maintenance, 52.204-16, Commercial and government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-20, Predecessor of Offeror 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation, 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations, 52.212-1, Instructions to Offerors- Commercial Items, 52.212-2, Evaluation- Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications, 52.252-1, Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/) 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil/) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System For Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.211-7003, Item Unique Identification and Valuation 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments, 5352.201-9101, Ombudsman The following provisions/clauses are applicable to FAR 52.212-5: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. 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. This notice does not obligate the Government to award the contract; nor does it obligate the Government to pay for any quote/proposal preparation costs. 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. STATEMENT OF WORK TO PROVIDE AND INSTALL NEW POWER DIVIDER FOR P-19 FIRE TRUCK AT JOINT BASE MDL, NEW JERSEY DESCRIPTION OF SERVICES: The contractor shall provide all personnel, equipment, tools, materials, supervision and other items necessary to install a new Cushman 413 power divider and torsion coupler on the fire truck. The contractor will remove the existing power divider components, provide and install all new components. After installation, the contractor will replace filters as needed and fill units with new fluids. The contractor will also pressure test the truck in accordance with manufacture specifications and test for proper operation of fire truck. The vehicle will be delivered to the contractor's facility by the customer, and picked up upon completion. As a result, the contractor's facility must be within a 75 mile radius of JB MDL (McGuire), if possible. 1. Power Divider Installation Breakdown 1.1. Power Divider on Fire Truck: (2) - 2006 OSHKOSH 1500 STRIKER ARFF- require removal of existing power divider. Install torsion coupler and new power divider. As required replace filters and fill with new fluids. Power Divider Parts / Description • Coupling, Power Divider Part Number: 3635358 • Element, Filter Part Number: 3HS295 • Cushman Power Divider Part Number: 413A-2 • Oil and Filters INSPECTION / ACCEPTANCE OF PROJECT COMPLETION: A final inspection will be scheduled upon completion of all work. Contact one of the below POCs two (2) days prior to completion for a site visit. POINTS OF CONTACT: Primary: Kimberly Lewis at 609-754-1134 located in Bldg. 3001, Vehicle Management, JB-MDL Alternate: Mr. Travis Kintzel at 609-754-5730 located in Bldg. 3001, Vehicle Management, and JB-MDL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-17-Q-0009/listing.html)
 
Record
SN04575531-W 20170713/170711235906-5f58bba9479e6566ac3d77528a2bf3c3 (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.