SOLICITATION NOTICE
61 -- 182AW 400HZ HANGER POWER
- Notice Date
- 6/30/2020 1:33:56 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- W7M6 USPFO ACTIVITY ILANG 182 GREATER PEORIA AIRPOR IL 61607-5004 USA
- ZIP Code
- 61607-5004
- Solicitation Number
- W50S7T20Q0015
- Response Due
- 7/17/2020 10:00:00 AM
- Archive Date
- 08/01/2020
- Point of Contact
- Benjamin B. Yeutson
- E-Mail Address
-
benjamin.b.yeutson.mil@mail.mil
(benjamin.b.yeutson.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (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; offers are being requested and a written solicitation will not be issued.� It is the Government�s intention to award without discussions.� The Government reserves the right to hold discussions. (ii) This solicitation, W50S7T20Q0015 is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06, effective 05 June 2020. (iv) This procurement is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 335999 and the small business size standard is 500 Employees. (v) Commercial Item Descriptions: CLIN0001 � 400Hz Frequency Converter, Qty: 1 EA; CLIN0002 �Removal of Old Frequency Convertor and Installation of New Frequency Convertor. See �Attachment 1 � Hanger Power Description of Requirements� and �Attachment 2 � Hanger Power Performance Work Statement.� (vi) The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform the removal of the currently installed frequency converter and support equipment and the Installation of a 400 Hz Frequency Converter in Room 18 of Building 632.� See �Attachment 1 � Hanger Power Description of Requirements� and Attachment 2 � Hanger Power Performance Work Statement.� � (vii) The products shall be delivered and installed to 2416 S. Falcon Blvd, Peoria, IL 61607 within 59 Days ARO.� FOB Destination.� If the contractor is utilizing FOB Origin, then the contractor must provide an applicable CLIN within their Quote. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision.�� The addenda for this provision is as follows: Responders should include all documents and information requested submitted in accordance with the instructions herein. Quotations shall be submitted prior to the closing date and time of 17 July 2020 12:00 PM CST.� In the event that the Contract Opportunities portal is down or an offeror cannot post their quotes, send an email with the quotation to the following contract specialist: MSgt Benjamin B. Yeutson at benjamin.b.yeutson.mil@mail.mil. All questions regarding this RFQ shall be submitted via email to: MSgt Benjamin B. Yeutson at benjamin.b.yeutson.mil@mail.mil.�� All questions are due by 11 July 2020 by 12:00 PM CST.� The government is not obligated to answer questions. The submission of the documentation specified below will constitute the offeror�s acceptance of the terms and conditions of the documents in the RFQ.� Questions should be posted by the due date listed above.� It is the Government�s intention to award without discussion.� Offerors are encouraged to present their best Quote and prices in their initial submission.� The Government reserves the right to hold discussions. � (ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. Basis for award is Best Value through Tradeoff. The Government intends to make a single firm-fixed price contract award. See �Attachment 3 � FAR 52.212-2 Evaluation Factors.� (x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include:� FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entitites. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.219-28, Post Award Small Business Program Representation. FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-36, Equal Opportunity for Workers with Disabilities. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. The following provisions are incorporated into this solicitation by reference: FAR 52.204-7, System for Award Management. FAR 52.204-16, Commercial and Government Entity Code Reporting. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. DFARS 252.225-7031, Secondary Arab Boycott of Israel. The following clauses are incorporated into this solicitation by reference: FAR 52.204-13, System for Award Management Maintenance. FAR 52.204-18, Commercial and Government Entity Code Maintenance. FAR 52.204-19, Incorporation by Reference of Representations and Certifications. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Representation and Certifications. FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-65, F.O.B. Origin, Pre-paid Freight - Small Package Shipments FAR 52.249-1, Termination for Convenience of the Government (Fixed Price)(Short). DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights. DFARS 252.204-7003, Control of Government personnel Work Product. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252.225-7001, Buy American and Balance of Payments Program. DFARS 252.225-7048, Export Controlled Items. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.244-7000, Subcontracts for Commercial Items. DFARS 252.247-7023, Transportation of Supplies by Sea. The following provisions are incorporated by full text.� � FAR 52.204-20, Predecessor of Offeror. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations � Representation. FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate (Offerors shall include completed copies of the certifications within the following provisions with their offer.) The following clauses are incorporated by full text. FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.211-7003, Item Unique Identification and Valuation. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. (xiii) The contractor shall provide a one year warranty for all products and installation provided. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) A site visit is planned for Thursday, July 9, 2020 at 0900 Central Standard Time (CST).� Persons planning on submitting a quote are strongly encouraged to attend the site visit.� Due to security and current COVID-19 conditions, all offerors must pre-register in order to attend this site visit. Email the following information for all attendees to MSgt Ben Yeutson at the following addresses: benjamin.b.yeutson.mil@mail.mil �or usaf.il.182-aw.list.msc-contracting@mail.mil.� Firm Name and Telephone Number Visitor�s Name and last 4 digits of Social Security No. Drivers License Citizenship This information must be provided in advance, not later than 3 business days prior to the meeting, in order to ensure access to the military base and conference site and ensure the state maximum of persons is adhered to. Even if you have access to the base you must register to ensure adequate social distancing. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government�s denial of your access to the pre-proposal conference. This information will be provided to the Base Security Forces who will authorize your entrance to the site. Visitors must pick up their passes at the Installation�s Main Entry Gate prior to arrival. You will be required to present the following information upon arrival: (1) Vehicle Registration, (2) Valid Driver License, (3) Proof of Insurance for Vehicle, (4) Safety Inspection and Car Rental agreement if applicable. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such. All questions regarding this RFQ shall be submitted via email to MSgt Benjamin B. Yeutson at benjamin.b.yeutson.mil@mail.mil. All questions are due by 11 July 2020 by 12:00 PM Central Standard Time (CST) and will be posted as an amendment to this solicitation on or about 12 July 2020.Questions received after that date will be answered at the discretion of the Contracting Officer.� Quotes are due at 12:00 PM CST on Wednesday, 17 July 2020.� In the event that the Contract Opportunities portal is down or an offeror cannot post their quotes, send an email with the quotation to the following individual MSgt Benjamin B. Yeutson at benjamin.b.yeutson.mil@mail.mil. �Please make quotes good until midnight on 30 September 2020. Emailed quotes are preferred. NO FACSIMILE QUOTES ARE ACCEPTED. PLEASE NOTE: Electronic Documents: All electronic documents must NOT be ""secured"", ""locked"", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. Interested offerors must be registered in the System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM. You will need your DUNS number to register. Instructions for registering are on the web page. (xvi) Information regarding the solicitation may be directed to the point of contact noted above.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/544456b2e3134b27888cc09da03b79eb/view)
- Place of Performance
- Address: Peoria, IL 61607, USA
- Zip Code: 61607
- Country: USA
- Zip Code: 61607
- Record
- SN05708506-F 20200702/200630230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |