SOLICITATION NOTICE
41 -- Recovery Unit and Parts - Request For Quote
- Notice Date
- 9/6/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment 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-0122
- Archive Date
- 9/28/2018
- Point of Contact
- LaNeice R. Chapman, Phone: 8439637743, Melissa D Adams, Phone: 8439635197
- E-Mail Address
-
laneice.chapman.1@us.af.mil, melissa.adams.21@us.af.mil
(laneice.chapman.1@us.af.mil, melissa.adams.21@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- RFQ -Recovery Unit & Parts 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) The solicitation/synopsis reference number is FA4418-18-Q-0122 and is being issued as a Request for Quote (RFQ). The following documents are attached to this combination synopsis/solicitation that will be used to submit quotes. Attachments: •1. Request for Quote (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective 16 Jul 2018. (iv) This acquisition is solicited as a 100% small business set-aside. The applicable NAICS code is 333415 with a size standard of 1,250 employees. All responisve sources may submit a quotation using the attached RFQ. (v) Contractor shall submit a quote for the purchase and delivery of (4) NRP Large Capacity Recovery Units Or Equal ; (3) Floor Scales, Electronic, Frameless, 3'x3', 2,000 Lb Capacity, Mild Steel w/Indicator Or Equal ; (3) Model 210 Weight Indicator Or Equal ; and (4) Welding Cylinder Truck. (vi) Line Items: The contractor shall provide all equipment, materials, tools, parts, delivery, and all other items necessary to provide the following item(s): Line Item Description Qty Item Price Total Price 0001 0002 0003 0004 LV20 NRP Large Capacity Recovery Unit Or Equal Floor Scale Minimum Salient Characteristics •- Electronic •- Frameless •- 3'x3' •- 2,000 LB capacity •- Mild Steel w/Indicator Model 210 Weight Indicator 1000 LB Recovery Cylinder Dot Yellow SCH B 7311.00.0030 Or Equal 4 3 3 4 $_______ $_______ $_______ $_______ $_______ $_______ $_______ $_______ (vii) The delivery shall be within 30 days after award of contract. FOB: Nuclear Power Training Unit, 1260 Snow Pointe Road, Goose Creek, SC 29445. (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 Items (ix) FAR 52.212-2, Evaluation - Commercial Items 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. Price. The Government will evaluate the total price of the offer for award purposes. •2. Technical capability of the item offered to meet the Government requirement. If an equal to item is quoted, the contractor shall submit a specification sheet that contains sufficient information to determine the item to be equal. •3. 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 Conditions-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 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations •· FAR 52.211-17, Delivery of Excess Quantities •· FAR 52.222-21 -- Prohibition of Segregated Facilities. •· FAR 52.222-50 -- Combating Trafficking in Persons. •· 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-System for Award Management (xiii) The following additional clauses are applicable to this procurement. •· FAR 52.204-7, System for Award Management •· FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations •· FAR 52.219-28, Post Award Small Business Representation •· FAR 52.225-13, Restrictions on Certain Foreign Purchases •· FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) •· FAR 52.233-3 -- Protest After Award. •· FAR 52.253-1 Computer Generated Forms •· 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 AFFARS 5352.201-9101 Ombudsman 5352.201-9101 OMBUDSMAN (July 2017) (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 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 ombudsmen, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 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/AFISRA/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) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 13 Sep 2018, no later than 2:00 PM EST. Requests should be marked with solicitation number FA4418-18-Q-0094. (xvi) Address questions to LaNeice Chapman, Contract Specialist, at (843) 963-7743 or laneice.chapman.1@us.af.mil and Melissa Adams, Contracting Officer, at (843) 963-5157, or melissa.adams.21@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar). Also see: http://www.sba.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-18-Q-0122/listing.html)
- Place of Performance
- Address: Nuclear Power Training Unit, 1260 Snow Pointe Road, Goose Creek, SC 29445, United States
- Zip Code: 29445
- Zip Code: 29445
- Record
- SN05075324-W 20180908/180906231447-b5f8ef923c908895cf3095b67375f989 (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 |