Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2017 FBO #5784
SOLICITATION NOTICE

61 -- UPS Replacement Parts - ATTACHMENTS

Notice Date
9/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
FA4814-17-T-F057
 
Archive Date
10/11/2017
 
Point of Contact
Yvette D. Prioleau, Phone: 813-828-1872, Leyla L. Campbell, Phone: 813-828-4018
 
E-Mail Address
yvette.prioleau.1@us.af.mil, leyla.campbell@us.af.mil
(yvette.prioleau.1@us.af.mil, leyla.campbell@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SALIENT CHARACTERISTICS CLIN STRUCTURE This is a combined synopsis/solicitation for a commercial supply and/or service 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. This is a Request for Quote (RFQ) and the solicitation number is FA4814-17-T-F057. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT - SEE ATTACHMENT FOR SPECIFC DETAILS Reference Attachment #1, CLIN STRUCTURE • CLIN 0001-0008 - UPS Serial #50XL32001 • CLIN 0009-0016 - UPS Serial #R10-10078 • CLIN 0017-0019 - UPS12-400MR • CLIN 0020-0022 - UPSS12V500 • CLIN 0023 - FREIGHT Reference Attachment #2, SALIENT CHARACTERISTICS The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 Jan 2017, DFARS DPN 20161222 and AFFARS AFAC 2017-0127. The North American Industry Classification System code (NAICS) is 335911, Storage Battery Manufacturing. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that provides the support "brand name or equal" to the items identified in Attachment #1, CLIN STRUCTURE, Attachment #2, SALIENT CHARACTERISTICS. Any "or Equal" offers received will be sent to a technical representative for compatibility and/or functionality review. DELIVERY ADDRESS: The equipment is procured on behalf of United States Special Operations Command Central (USSOCCENT), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.211-6 Brand Name or Equal FAR 52.212-3 Offeror Representations and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.219-1 Small Business Program Representations FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.223-10 Waste Reduction Program FAR 52. 225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-2 Service of Protest FAR 52.233-3 Protest After Award FAR 52.233-4 Applocable Law for Breach of Contract Claim FAR 52.246-16 Responsibility for Supplies FAR 52.247-34 F.O.B. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-5 Contract Terms & Condiotions Required to Implement Statutes or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: • FAR 52.203-6 Restrictions on Subcontractor Sales to the Government • FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards • FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment • FAR 52.219-8 Utilization of Small Business Concerns • FAR 52.219-14 Limitations on Subcointracting • FAR 52.219-28 Post Award Small Business Program Representation • FAR 52.222-3 Convict Labor • FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies • FAR 52.222-21 Prohibition of Segregated Facilities • FAR 52.222-26 Equal Opportunity • FAR 52.222-35 Equal Opportunity for Veterans • FAR 52.222-36 Equal Opportunity for Workers with Disabilities • FAR 52.222-37 Employment Reports on Veterans • FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act • FAR 52.222-50 Combating Trafficking in Persons • FAR 52.223-18 Encouraging Contractor Policies to ban Text Messaging While Driving • FAR 52.225-13 Restrictions on Certain Foreign Purchases • FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.252-2 Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): 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 252.204-7003 Control of Government Personnel Work Product DFARS 252-204-7004 (Alt A) System for Award Management DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7048 Export Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.247-7023 Transportation of Supplies by Sea The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.211-7003 Item Identification and Valuation (MAR 2016) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorporated in full texts: AFFARS 5352.201-9101, Ombudsman (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 interested 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 ombudsman, Ms. Susan R. Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, phone: (618) 229-0267, fax (618) 256-6668. Email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/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. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendors must be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil to complete your registration. DEADLINE: Offers are due on Tuesday, 26 September 2017 by 10:00 AM EST. Submit offers or any questions to the attention of Yvette Prioleau, by email to yvette.prioleau.1@us.af.mil. No phone calls will be accepted. Attachments: 1. CLIN Structure 2. Salient Characteristics
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/FA4814-17-T-F057/listing.html)
 
Place of Performance
Address: United States Special Operations Central (USSOCENT), MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN04690293-W 20170924/170922231148-c259f567be6e57e681aca811641afc26 (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.