SOLICITATION NOTICE
24 -- Large Area Lawn Mower
- Notice Date
- 8/15/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- AFICA - AFICA- PACAF
- ZIP Code
- 00000
- Solicitation Number
- F2CGF07129A004
- Archive Date
- 9/14/2017
- Point of Contact
- Mark A. Barber, Phone: 808-471-4343, Daryl S Duenas, Phone: 8084482955
- E-Mail Address
-
mark.barber.2@us.af.mil, daryl.duenas@us.af.mil
(mark.barber.2@us.af.mil, daryl.duenas@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR s ubpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes/ p rop osals are being requested and a written solicitation will not be issued. The solicitation F2CGF07129A004 is a Request for Quotation (RFQ ). This announcement will be issued as a combined synopsis/solicitation. This requirement is set-a-side for small business concerns. The anticipated award will be a firm -f ixed -p rice c ontract, the award will be made based on the lowest price. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular 2005-95, 19 January 2017. P rovisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The North American Industry Classification System (NAICS) code is 333111. The small business size standard for this code is 1250 employees. Line Number Item QTY Amount Total CLIN 0001 - John Deer 1600 series II turbo OR EQUAL with the ability to MOW no less than 100 " of mowing capability 1 Each All items shall be delivered FOB Destination to Kaena Point Satellite Tracking Station, Waianae, HI 96791. PROVISIONS/CLAUSES: The following FAR provisions and clauses are applicable to this solicitation: The provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Jan 2017) applies to this acquisition. The following addenda are provided to this provision: Quotes/Proposals submitted shall contain the following information: Solicitation Number: Time Specified for receipt of offers: Name: Address: Telephone Number of Offeror: Terms of the expressed warranty: Price: Payment terms: Any discount terms: F.O.B. destination: Expected Delivery Date: CAGE code and DUNS number: Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount to include shipping. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-7 System for Award Management; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Alt I Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.232-23 Assignment of Claims; FAR 52.232-40 Providing Accelerated Payments to Small Business subcontractors; The following DFARS provisions and clauses are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 Alt A System for Award Management; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; The following AFFARS provisions and clauses are applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman. DFARS 252.232-7006, WAWF Payment Instructions a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo)­­­­­ (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F2CGF0 Issue By DoDAAC FA5215 Admin DoDAAC FA5215 Inspect By DoDAAC F2CGF0 Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, ( e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Receiver/COR: Lance.Hayashi@us.af.mil Buyer: mark.barber.2@us.af.mil Contracting Officer: mark.barber.2@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. See Buyer Above __ (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Points Of Contact Contracting officer: Mark A Barber, TSgt, USAF, e-mail mark.barber.2@us.af.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. Questions in regards to this solicitation are due no later than 1200 (12:00 p.m.) Mountain Time by 15 Aug 2017 Response Time- Request for Quotation will be accepted at the 766 SCONS, 560 CENTRAL AVE BLDG 287 JBPHH, HI 96860-4961, or by email to the point of contact listed above not later than 1200 (12:00 p.m.) Hawaiian Time on 30 Aug 2017. All quotes must be marked with RFQ number and title as well as the following information: Offeror Name: Offeror Address: Offeror Point of Contact: POC Phone: POC Email: Vendor Code: Cage / DUNS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4fdccea03d44f6139e963b4b98b4df0f)
- Place of Performance
- Address: Kaena Point Satellite Tracking Station, Waianae, Hawaii, 96791, United States
- Zip Code: 96791
- Zip Code: 96791
- Record
- SN04628363-W 20170817/170815231414-4fdccea03d44f6139e963b4b98b4df0f (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 |