MODIFICATION
71 -- Damage Control Lockers - FA4418-18-Q-0102
- Notice Date
- 9/5/2018
- Notice Type
- Modification/Amendment
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA4418-18-Q-0102
- Archive Date
- 10/4/2018
- Point of Contact
- Aubreigh B. Sumner, Phone: 8439635162
- E-Mail Address
-
aubreigh.sumner@us.af.mil
(aubreigh.sumner@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Revised Request for Quote IAW Revised SOW, dated 5 Sep 18 Combined Synopsis/ Solicitation for commercial items (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418-18-Q-0102 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 effective 22 August 2018. (iv) This acquisition is set-aside 100% small business. The NAICS code is 332311 with a size standard of 750 employees. (v) Contractors shall submit a Quote to provide damage control lockers In Accordance With (IAW) the attached Statement of Work (SOW) at Joint Base Charleston - Air Base, SC: All labor, vehicles, equipment, tools, materials, supervision and other furnished property and services will be provided by the contractor except as specified in the contract as Government Furnished Property. A firm fixed price contract is contemplated. (vi) N5046718RCBG844 DC Lockers, Joint Base Charleston - Weapons Station, South Carolina. See Attachments for submittal of a Quotation: -Attachment 1. Request for Quotation (RFQ) -Attachment 2. Statement of Work (SOW) (vii) Period of performance: The Government requests the items be delivered no later than 18 January 2019. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil ). FAR 52.212-1, Instructions to Offerors - Commercial. •(1) Contractor shall provide specifications and model of quoted damage control lockers. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: •(1) Technical - Technical capability of the item offered to meet the Government requirement. •(2) The Government will evaluate the total price of the offer for award purposes. The Government will award a contract to the lowest priced, technically acceptable offer. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. •· FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities •· FAR 52.211-17, Delivery of Excess Quantities •· FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: •· FAR 52.222-21, Prohibition Of Segregated Facilities •· FAR 52.222-22, Previous Contracts and Compliance Reports •· FAR 52.222-26, Equal Opportunity •· FAR 52.222-35, Equal Opportunity for Veterans •· FAR 52.222-36, Affirmative Action for Workers With Disabilities •· FAR 52.222-37, Employment Reports On Veterans •· FAR 52.223-15, Energy Efficiency in Energy-Consumer Products •· FAR 52.225-13, Restrictions on Certain Foreign Purchases •· FAR 52.223-18, Encouraging Contractor Policites to Ban Text Messaging while Driving •· FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. •· FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following additional clauses are applicable to this procurement. •· FAR 52.204-7, System for Award Management •· FAR 52.204-10, Reporting Executive Compensation for First-Tier Subcontract Awards •· FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations •· FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment •· FAR 52.204-10, Reporting Executive Compensation for First-Tier Subcontract Awards •· FAR 52.219-6, Notice of Total Small Business Set-Aside •· FAR 52.219-14, Limitations on Subcontracting •· FAR 52.219-28, Post Award Small Business Representation (see 19.309(d)) •· FAR 52.222-50, Combating Trafficking in Persons •· FAR 52.223-11, Ozone-Depleting Substances •· FAR 52.225-13, Restrictions on Certain Foreign Purchases •· FAR 52.228-5 Insurance-Work on a Government Installation •· FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management •· FAR 52.233-3, Protest After Award •· FAR 52.236-2, Differing Site Conditions •· FAR 52.236-6 Superintendence by the Contractor •· FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements •· FAR 52.236-12, Cleaning Up •· FAR 52.236-14, Availability and Use of Utility Services •· FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) •· FAR 52.253-1 Computer Generated Forms •· FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) •· FAR 52.253-1 Computer Generated Forms (see 53.111 use when contractor is required to submit data) •· DFARS 252.204-7004, Alternate A, System for Award Management •· DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) •· DFARS 252.246-7000, Material Inspection And Receiving Report (see DFARS 246.370) •· DFARS 252.247-7023, Transportation of Supplies by Sea •· AFFARS 5352.201-9101 Ombudsman (APR 2014) (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, Susan Madison, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, 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) •· AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) •· AFFARS 5352.223-9001, Health and Safety on Government Installations (when performance on Joint Base Charleston is required) •· AFFARS 5352.242-9000, Contractor Access to Air Force Installations (when performance on Joint Base Charleston is required) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, mail, or delivery by 19 September 2018 no later than 2:00 PM EST. Requests should be marked with solicitation number FA4418-18-Q-0102. (xvi) Address questions to Aubreigh Sumner, Contracting Specialist, at (843) 963-5162, email aubreigh.sumner@us.af.mil or Melissa Adams, Contracting Officer, Phone (843) 963-5157, email melissa.adams.21@us.af.mil For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-18-Q-0102/listing.html)
- Place of Performance
- Address: NPTU, Joint Base Charleston, South Carolina, 29445, United States
- Zip Code: 29445
- Zip Code: 29445
- Record
- SN05074019-W 20180907/180905231555-4e7838722fbc14d40bf6c1d9219c2672 (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 |