Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOLICITATION NOTICE

99 -- Anti Gravity Treadmill - Attachment

Notice Date
8/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS, 2310 Central Ave, Bldg 2258, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
FA500418QA013
 
Archive Date
9/8/2018
 
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
Salient Characteristics Pricing Schedule COMBINED SYNOPSIS/SOLICIATION ‘COMBO' Eielson AFB Anti-Gravity Treadmill (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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation FA5004-18-Q-A013 is 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 06 Nov 2017. The DFARS provisions and clauses are those in effect to DPN 20160607, effective 28 Dec 2017. The AFFARS provisions and clauses are those in effect to AFAC 2016-0603, effective 03 Oct 2017. (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 339920 with a small business size standard of 750 EMP. (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 See Attachment 2: Salient Characteristics (vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Joint Base Lewis McChord, Washington 98433 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) 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. The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". 2. 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. 3. Specific Submission Instructions: Price / Technical Acceptability - Contractor shall submit one (1) copy of Price Schedule (Attachment 1) and any pertinent technical information such as product specifications and type of product/service offered in accordance with the requirements of the statement of work. 4. 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 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 and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical acceptability (ii) Price (b) Price 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 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 vendor. 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/services in accordance with this solicitation and all attachments. (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 (Nov 2017), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. 252.232-7006 Wide Area WorkFlow Payment Instructions 2013-05 252.211-7003 Item Unique Identification and Valuation 2016-03 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation. 2017-01 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 2017-01 52.204-22 Alternative Line Item Proposal. 2017-01 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 2015-11 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 2016-02 52.219-13 Notice of Set-Aside of Orders. 2011-11 52.222-19 Child Labor-Cooperation with Authorities and Remedies. 2018-01 52.222-21 Prohibition of Segregated Facilities. 2015-04 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 2011-08 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. 2014-05 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. 2014-05 52.225-13 Restrictions on Certain Foreign Purchases. 2008-06 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 52.233-3 Protest after Award 1996-08 52.233-4 Applicable Law for Breach of Contract Claim. 2004-10 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 252.204-7003 Control of Government Personnel Work Product 1992-04 252.204-7005 Oral Attestation of Security Responsibilities 2001-11 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 2016-05 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 2014-09 252.223-7008 Prohibition of Hexavalent Chromium. 2013-06 252.225-7001 Buy American and Balance of Payments Program 2017-12 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. 2011-06 252.225-7048 Export-Controlled Items 2013-06 252.232-7010 Levies on Contract Payments. 2006-12 252.243-7001 Pricing of Contract Modifications. 1991-12 252.244-7000 Subcontracts for Commercial Items 2013-06 252.247-7023 Transportation of Supplies by Sea. 2014-04 252.223-7008 Prohibition of Hexavalent Chromium. 2013-06 52.212-4 Contract Terms and Conditions-Commercial Items 2017-01 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION 2013-O0019) 2013-09 52.219-28 Post-Award Small Business Program Rerepresentation 2013-07 52.222-26 Equal Opportunity for Workers with Disabilities 2016-09 52.222-50 Combating Trafficking in Persons 2015-03 5352.201-9101 Ombudsman 2016-06 252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 2011-11 252.225-7031 Secondary Arab Boycott of Israel. 2005-06 52.212-1 Instructions to Offerors-Commercial Items 2017-01 52.212-3 Offeror Representations and Certifications-Commercial Items 2014-10 252.204-7011 Alternative Line Item Structure. 2011-09 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01 252.215-7008 Only One Offer 2013-10 (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Nov 2017), 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: (xii) Options- N/A (xiii) No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. (xiv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted electronically via email to sRa Oliver Ancans at oliver.ancans@us.af.mil & TSgt Joshua Houseworth at joshua.houseworth@us.af.mil Quotes are due no later than 2PM Alaska Standard Time on 24 August 2018. Quotes shall include the following: - One (1) copy of Price Schedule (Attachment 1) and any pertinent technical information such as product specifications and type of product/service offered in accordance with the requirements of the statement of work. BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. (xvi) Quotations shall be submitted electronically via e-mail to SrA Oliver Ancans at oliver.ancans@us.af.mil & TSgt Joshua Houseworth joshua.houseworth@us.af.mil. For information regarding this solicitation, contact the same. List of Attachments: • Attachment 1: Pricing Schedule • Attachment 2: Salient Characteristics
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA500418QA013/listing.html)
 
Place of Performance
Address: Eielson AFB, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN05023501-W 20180809/180807231032-810823373f8859d607f352e10386169c (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.