SOLICITATION NOTICE
69 -- Mezzanine Fast Rope Training Structure - Attachment II, Site Visit Instructions - Attachment I, SOW - Request for Quote
- Notice Date
- 5/8/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 5 CONS, 165 Missile Avenue, Minot AFB, North Dakota, 58705-5027, United States
- ZIP Code
- 58705-5027
- Solicitation Number
- FA4528-18-Q-TR06
- Archive Date
- 6/16/2018
- Point of Contact
- Tyler W. Rowell, Phone: 7017236893, Walnerge E. Uran Ochoa, Phone: 7017233949
- E-Mail Address
-
Tyler.rowell@us.af.mil, walnerge.uran_ochoa@us.af.mil
(Tyler.rowell@us.af.mil, walnerge.uran_ochoa@us.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Request for Quote document. Statement of Work required to be performed at Minot AFB, ND Instructions for a future Site Visit at Minot AFB, ND. Details in the document. • Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 and Defense Publication Notice 20180418. 3) The NAICS is 332311, Prefabricated Metal Building and Component Manufacturing. The Small Business Size Standard for this NAICS code is 750 Employees. This acquisition is set-aside for HUBZone Small Businesses. 4) Description: A multipurpose steel mezzanine training complex, capable of withstanding sustained use of military simunitions and up to 10 personnel between each level at a time. See attached SOW for schematics and dimensions requested. CLIN Description Qty Price Total 0001 Provide and install a steel LER/Fast rope mezzanine training complex IAW the attached SOW. 1 Job tiny_mce_marker________ tiny_mce_marker________ Total Price tiny_mce_marker________ *Shipping shall be included in the total price **A Site Visit will be conducted on 18 May 2018 at 10:00 AM, Central Time. All contractors interested in attending, shall submit the following information to BOTH POC's listed in paragraph 8 by 12:00 AM, 10 May 2018: - Full name (EXACTLY as it appears on the ID) - Birth Date - Social Security Account Number (SSAN) - Two (2) forms of credentialed ID for each employee being utilized for on-site work (both of which must be photo). The following are acceptable: passport, state issued driver's license, state issued photo identification, Social Security card, or Base identification (only if issued from previous contract). - A photocopy of the ID's to be used. One of the forms of identification must have a SSAN on it. 5) List of Attachments: a) Attachment I, Statement of Work 6) The following information shall be filled out when submitting a quote: Company Name: Fax Number: Point of Contact (POC): Address: Telephone Number: Discount Terms: SAM Registered: yes/no Small Business: yes/no DUNS #: CAGE #: Veteran-owned: yes/no Woman-owned: yes/no Estimated Period of Performance: 90 Days after Award Signature/Date of Contractor: 7) Performance Address: 91 SSPTS 718 Summit Dr. Minot AFB, ND 58705 8) All questions shall be submitted by 25 May 2018, 12:00 AM CST to both POC's listed below. Questions after this time and date will not be considered. 9) Quotes must be valid for 60 days. Quotes shall be provided on this form, signed, dated and submitted by 1 June 2018, 10:00 AM CST to both point of contacts listed below. The Offeror is responsible for ensuring the quote is received by the Government by the due date and time specified above. Failure to send quotes to both POCs or verify receipt of the quote may result in not being considered for award. Primary: A1C Tyler Rowell - tyler.rowell@us.af.mil Alternate: A1C Walnerge Ochoa - walnerge.uran_ochoa@us.af.mil 10) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, SSgt Trenton Beavers at trenton.beavers@us.af.mil or at 701-723-3480. The following clauses and provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value acquisition in which 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, considering price and other factors. The Government intends to make award to the vendor who submits the Lowest Price Technically Acceptable. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Acceptability *All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price quote, to evaluate compliance with the requirements in this solicitation. (End of Provision) The following FAR clauses and provisions are applicable to this acquisition: 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 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-20 Predecessor of Offeror FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems FAR 52.209-11 Representation by Corportation Regarding Delinquint Tax Liability or a Felony Conviction Under any Federal Law FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. *It is advised that offerors include a completed copy of the provision at 52.212-3 with Alternate I, Offeror Representations and Certifications -- Commercial Items, with its offer. FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting 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 52.222-3 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 52.222-36 Equal Opportunity for Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-3 Buy American - Free Trade Agreements - Israeli Trade Act FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management FAR 52.222-17 Nondisplacement of Qualified Workers FAR 52.222-41 Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-55 Minimum Wages Under Executive Order FAR 52.222-62 Paid Sick Leave Under Executive Order FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.232-40 Providing Accelerated Payments to Small Business subcontractors The following DFARS clauses and provisions cited 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 252.204-7003 Control of Government Work Product DFARS 252.204-7015 Disclosure of information to litigation Support Contractors DFARS 252.232-7003 Electronic Submission of Payments DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments The following AFFARS clauses cited are applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.242-9000 Contractor access to Air Force Installations
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3f264c260ae215a01b020675fcde79aa)
- Place of Performance
- Address: 718 Summit Dr., Minot AFB, North Dakota, 58705, United States
- Zip Code: 58705
- Zip Code: 58705
- Record
- SN04914301-W 20180510/180508230932-3f264c260ae215a01b020675fcde79aa (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 |