SOLICITATION NOTICE
73 -- Stoves and Microwave Replacement SJAFB - SOW Full Text - RFQ Full Text
- Notice Date
- 9/18/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423620
— Household Appliances, Electric Housewares, and Consumer Electronics Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1570 Wright Brothers Ave, Bldg 2903, Seymour Johnson AFB, North Carolina, 27531, United States
- ZIP Code
- 27531
- Solicitation Number
- FA480919QQ002
- Archive Date
- 10/8/2019
- Point of Contact
- Psrker Wicht, Phone: 9197227145, Veronica Guerrero, Phone: (919) 722-0745
- E-Mail Address
-
parker.wicht@us.af.mil, veronica.guerrero@us.af.mil
(parker.wicht@us.af.mil, veronica.guerrero@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ Full Text SOW Full Text Combined Synopsis/Solicitation RFQ - DORM STOVES & MICROWAVE REPLACEMENT (FA480919QQ002) Requesting Agency: 4th Civil Engineering Squadron - 4 CES/CEIAR 115 Brooks Street Suite 200 Seymour Johnson AFB, NC 27531-2459 Purchasing Agency: 4th Contracting Squadron - 4 CONS/PKB 1570 Wright Brothers Ave. Bldg. 2903 Seymour Johnson AFB, NC 27531-2459 This is a combined synopsis/solicitation for a commercial item 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 no further solicitation will be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) number FA480919QQ002. This requirement is being solicited as a total small business set aside. The NAICS code for this requirement is 423620 with a size standard of 200 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 Effective 20 Dec 2018. Defense Federal Acquisition Regulation DPN 20190215, Effective 15-Feb-2019. Air Force Federal Acquisition Regulation AFAC 2018-0525, Effective 25-May-2018. __________________________________________________________________________________ BID SCHEDULE: Potential Offerors shall include the total price to provide for all of the items listed below, on the following bid schedule: Delivery and installation of new microwave/stove appliances and disposal of existing units, across 8 buildings. Specific details are included on the attached document "Statement of Work." Please provide your quote in this format: 1. Whirlpool Range, 19 Unit Price tiny_mce_marker___, Total Price tiny_mce_marker___ 2. Frigidaire Microwave Counter Top, 40 Unit Price tiny_mce_marker___, Total Price tiny_mce_marker___ 3. Summit Range, 5 Unit Price tiny_mce_marker___, Total Price tiny_mce_marker___ 4. Sanyo Countertop Microwave, 298 Unit Price tiny_mce_marker___, Total Price tiny_mce_marker___ 5. Panasonic Counter Top, 21 Unit Price tiny_mce_marker___, Total Price tiny_mce_marker___ 6. Delivery, removal of old equipment, installation, and all other labor: tiny_mce_marker___ Total Price: tiny_mce_marker_________________ FOB Destination for delivery to: 4 CES/CEIAR SEYMOUR JOHNSON AFB NC 27531 **Completion within 30 calendar from time of first appliance delivery, overall contract to be completed no later than 20 December 2019. Delivery Date: No later than 20 DEC 19. __________________________________________________________________________________ No site visit will be held. __________________________________________________________________________________ *** To be considered for award, note that offerors must be actively registered with the US Government database System for Award Management (SAM) when submitting the quote or proposal. Vendors must be registered and/or enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors must provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with the quote. *** "Registered in the System for Award Management (SAM)" means that- (1) The Contractor has entered all mandatory information, including the unique entity identifier and the Electronic Funds Transfer indicator (if applicable), the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM; (2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The contractor will be required to provide consent for TIN validation to the Government as part of the SAM registration process; and (4) The Government has marked the record "Active". Quotes are due no later than 2:00 PM. Eastern Standard Time, 23 SEP 2019. Quotes shall be sent via e-mail to chris.johnson.4@us.af.mil and veronica.guerrero@us.af.mil. Contracting points of contact: Chris Johnson, Contract Specialist, (919) 722-1791 or e-mail: chris.johnson.4@us.af.mil TSgt Veronica Guerrero, Contracting Officer, (919) 722-0745 or email: veronica.guerrero@us.af.mil ____________________________________________________________________________________ ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO OFFERORS All quotes must include the following information: 1. Quote shall include the contractor's individual item price on page 1 of this Combined Synopsis/Solicitation. 2. Company Point of Contact with name, email address, and telephone number. 4. Quote shall be valid through 30 SEP 19. ADDENDUM TO FAR 52.212-2, EVALUATION OF OFFERS a) 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. The following factors shall be used to evaluate offers: Technical Acceptability Price Award will be made to the offer that is the Lowest Price Technically Acceptable (LPTA). b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses and provisions apply: The full text of the FAR, DFARS, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Vendor is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/ FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ AFFARS 5352.201-9101 Ombudsman (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 Lt Col Aaron D. Judge, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, Email address: aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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. (INTERIM CHANGE: See Policy Memo 14-C-05) (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) Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management 52.204-18 Commercial And Government Entity Code Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation 2013-O0019) 52.219-1 Small Business Program Representations 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation With Authorities And Remedies 52.222-50 Combating Trafficking In Persons 52.223-3 Hazardous Material Identification And Material Safety Data 52.223-5 Pollution Prevention And Right-To-Know Information 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions On Certain Foreign Purchases 52.232-1 Payments 52.232-8 Discounts For Prompt Payment 52.232-11 Extras 52.232-25 Prompt Payment 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability Of Unauthorized Obligations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.244-6 Subcontracts For Commercial Items 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated By Reference 52.252-4 Alterations In Contract 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations In Clauses Department of Defense Federal Acquisition Regulation Supplement (DFARS): 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.204-7015 Disclosure Of Information To Litigation Support Contractors 252.209-7998 Representation Regarding Conviction of a Felony Criminal 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Unique Identification And Valuation 252.223-7001 Hazard Warning Labels 252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Items 252.246-7000 Material Inspection And Receiving Report 252.247-7023 Transportation Of Supplies By Sea-Basic Air Force Federal Acquisition Regulation Supplement (AFFARS): 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA480919QQ002/listing.html)
- Place of Performance
- Address: Seymour Johnson AFB, Goldsboro, North Carolina, 27530, United States
- Zip Code: 27530
- Zip Code: 27530
- Record
- SN05448913-W 20190920/190918230817-60e5036eba9655a7e18f264f785d5329 (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 |