SOLICITATION NOTICE
34 -- C-17 Ultrasonic Wheel Cleaner
- Notice Date
- 8/7/2020 7:09:17 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331221
— Rolled Steel Shape Manufacturing
- Contracting Office
- W7NH USPFO ACTIVITY MSANG 172 JACKSON MS 39232-8881 USA
- ZIP Code
- 39232-8881
- Solicitation Number
- W50S7H20R0002
- Response Due
- 8/20/2020 12:00:00 PM
- Archive Date
- 09/04/2020
- Point of Contact
- Adam Surkin, Phone: 6014058656, Donna Phillips, Phone: 6014058341
- E-Mail Address
-
adam.surkin@us.af.mil, donna.phillips.1@us.af.mil
(adam.surkin@us.af.mil, donna.phillips.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W50S7H20R0002 is being issued as a Request for Quote (RFQ) as a TOTAL SMALL BUSINESS SET-ASIDE. This requirement is under NAICS 331221 with a size standard of 750 employees. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06, effective 05 June 2020 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20200605 dated 05 June 2020. It is the contractors' responsibility to be familiar with applicable clauses and provisions. The 172d Airlift Wing, Base Contracting Office, Jackson, MS intends to issue a contract for the following items: Ultra Sonic Wheel Cleaner in accordance with the Description of Requirement. The selected vendor shall provide all materials, labor, transportation and technical expertise necessary to complete this requirement. Attachment 1 � Description of Requirement � Dated 28 July 2020 Attachment 2 � CLIN Pricing Sheet ����������������������������������������������������������������������������������������������������������� Period of Performance: Shall be 30 Days after receipt of award. If the delivery is anticipated to exceed 30 days AOR please specify the delivery schedule. Basis of Award: A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, Evaluation will be in accordance with FAR 13.106-1 and is based on Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration; To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Proposals shall include: (1) completion of Attachment 2 CLIN Pricing Sheet and (2) detailed description of items being offered in accordance with the Description of Requirement and (3) Past Performance of previous sales, relevant to the items being solicited. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. The Government intends to make a single award. 52.232-18 -- Availability of funds. The Government's commitment under this request is contingent upon the availability of appropriated funds. The government will not make an award until funding becomes available. Quotes must be valid for a minimum 60 day period. Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov . Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor. Deadline for receipt of your quote is established for no later than 2:00 P.M. CDT, Thursday, August 20, 2020. Please email quote to 172.AW.CONTRACTING.Org@us.af.mil and adam.surkin@us.af.mil SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. The following FAR and DFARS provisions and clauses apply to this solicitation: FAR 52.204-7, System for Award Management FAR 52.204-8, Annual Representations and Certifications FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-22, Alternative Line Item Proposal FAR 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-3, Offeror Representations and Certifications�Commercial Items 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, applies to this acquisition, and these additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Standards 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.232-18, Availability of funds FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized deviations in Clauses���������� DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American�Balance of Payments Program Certificate DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea Contracting Office Address: 172 MSG/MSC 141 Military Drive AW-30 Jackson, MS 39232 Primary Point of Contact: Adam Surkin � 601-405-8656 adam.surkin@us.af.mil Secondary Point of Contact: Donna Phillips � 601-405-8341 donna.phillips.1@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9428fd69002c4fceace52213bad5accf/view)
- Record
- SN05749635-F 20200809/200807230142 (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 |