SOLICITATION NOTICE
53 -- ForceMate Installation System - Attachment 1 - Pricing Schedule - Attachment 2 - ForceMate 2 Item List
- Notice Date
- 9/10/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333613
— Mechanical Power Transmission Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 176 MSG/MSC, AK ANG, KULIS ANG BASE, 5005 RASPBERRY ROAD, BLDG 23, ANCHORAGE, Alaska, 99502-1998, United States
- ZIP Code
- 99502-1998
- Solicitation Number
- W91ZRU-18-Q-5028
- Archive Date
- 10/1/2018
- Point of Contact
- 176 Contracting Office, Phone: 907-551-0246
- E-Mail Address
-
176MSG.MSC.Vendors@us.af.mil
(176MSG.MSC.Vendors@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2 - ForceMate 2 Item List Attachment 1 - Pricing Schedule COMBINED SYNOPSIS/SOLICITATION ‘COMBO': ForceMate Installation System (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; proposals are being requested and a written solicitation will not be issued. This solicitation is for an end-of-year requirement. Funds are currently NOT available. Submission of a quote does not obligate the government to make an award. If this requirement is awarded, it will be awarded as a firm-fixed price contract. (ii) Solicitation W91ZRU-18-Q-5028 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 June 2017. The DFARS provisions and clauses are those in effect to DPN 20161222, effective 22 December 2016. The AFFARS provisions and clauses are those in effect to AFAC 2017-0127, effective 27 January 2017. (iv) This requirement is solicited under ‘Small Business Set Aside' competition. The North American Industrial Classification System (NAICS) code associated with this procurement is 333613 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: (vii) Delivery shall be FOB Destination. Contractor shall include delivery/performance schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Joint Base Elmendorf-Richardson, Anchorage Alaska, 99506 (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. To assure timely and equitable evaluation of the quotes, the Offerors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. If awarded the contract the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within five (5) business days. 2. Specific Instructions: The response shall consist of the following: a. Submit one (1) copy of technical acceptability narrative b. Submit one (1) copy of price schedule (Attachment 1) and any pertinent additional information (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 purchase order resulting from this solicitation to 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: (1) Technical acceptability (2) Price (b) Technical acceptability: The government will evaluate quotes on the basis of whether or not the provided quote is technically acceptable. Technical acceptability shall consist of: (c) Price: The government will rank all quotes by price. If the lowest priced quote is found acceptable, an award will be made without further consideration. If that quote is found unacceptable, the Government will evaluate the next lowest quote for acceptability until an award can be made to the lowest priced acceptable quoter. (x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Jan 2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (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. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jan 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: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 FAR 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52-222-19 Child Labor-Cooperation With Authorities and Remedies Oct 2016 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-36 Affirmative Action for Workers with Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations and Certifications. Oct 2015 FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management Jul 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.247-34 F.o.b. Destination Nov 1991 DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252-203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support May 2016 DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2011 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate Nov 2014 DFARS 252.225-7001 Buy American and Balance of Payments Program Nov 2014 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.225-7048 Export-Controlled Items Jun 2013 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS 252.203-7994 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Nov 2016) (a) In accordance with Continuing Appropriations Act, 2017 (Pub. L. 114-223), or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) DFARS 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Nov 2016) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2017 (Pub. L. 114-223), or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) (xiii) No additional contract requirements apply to this acquisition. (xiv) This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating. (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to: 176th Contracting Element Attn: TSgt Zach Gowin, 176MSG.MSC.Vendors@us.af.mil Offers are due no later than 5:00 p.m. Eastern Time on 19 Sept 2018. List of Attachments: • Attachment 1: Pricing Schedule • Attachment 2: ForceMate 2 Item List • Attachment 3: Brand Name Justification REDACTED
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-1/W91ZRU-18-Q-5028/listing.html)
- Place of Performance
- Address: JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN05080677-W 20180912/180910231105-17717e6f05defab6dc59ef1bb9c75f1e (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 |