Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
MODIFICATION

46 -- Navy Bare Shaft Pump - Amendment 1

Notice Date
9/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
333318 — Other Commercial and Service Industry Machinery 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
FA441818Q0115
 
Archive Date
10/2/2018
 
Point of Contact
Patrina James, Phone: 8439635159
 
E-Mail Address
patrina.james.1@us.af.mil
(patrina.james.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment to request for quote document. Quote deadline extended to 17 September at 1200 pm EST COMBINED SYNOPSIS/SOLICITATION NAVY BARE SHAFT PUMP IAW FAR 12.603 (C) (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 synopsis/solicitation reference number is FA4418-18-Q-0115 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-101, Effective 20 Jul 2018. (iv) This acquisition is solicited on an unrestricted basis under NAICS code 333318 with a size standard of 1000 employees. (v) Contractor shall submit a quote for all equipment necessary for the purchase of brand name MKP-Bio 50-25-200 pump and spare parts at Nuclear Power Training Unit (NPTU) - Naval Weapons Station, Joint Base Charleston, South Carolina. See brand name justification. All responsible sources may submit a quote, which shall be considered. (vii) 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 (viii) 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. 3. The Government will award a contract to the lowest priced technically acceptable offer. (ix) 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. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) 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. Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. The following additional clauses are applicable to this procurement (not all inclusive): FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-17 Delivery of Excess Quantities 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 (DEV) FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segrated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-26 Equal Opportunity FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies 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 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-1 Payments FAR 52.232-33 Payment by Electronic Fund Transfer- System for Award Management FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.253-1 Computer Generated Forms DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (WAWF instructions provided at time of award) DFARS 252.232-7006 Wide Area Workflow Payment Instructions AFFARS 5352.201-9101 Ombudsman 5352.201-9101 OMBUDSMAN (June 2016) (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, 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) (xiii) (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) Responses to this combined synopsis/solicitation must be received via email, by 17 September 2018, no later than 12:00 PM EST. Requests should be marked with solicitation number FA4418-18-Q-0115. (xv) Questions can be addressed to Patrina James, Contract Specialist, at (843) 963-5159 email patrina.james.1@us.af.mil. For more opportunities, visit https://www.fbo.gov/ Also see: http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA441818Q0115/listing.html)
 
Place of Performance
Address: 101 East Hill Boulevard, Building 503, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN05081997-W 20180912/180910231712-87b383ee5c2d174844f0af55ce8e63cc (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.