SOLICITATION NOTICE
65 -- K-9 Diesel Simulator
- Notice Date
- 5/12/2022 11:25:14 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- FA4800 633 CONS PKP LANGLEY AFB VA 23665 USA
- ZIP Code
- 23665
- Solicitation Number
- FA4800-22-Q-A021
- Response Due
- 5/17/2022 1:00:00 PM
- Archive Date
- 06/01/2022
- Point of Contact
- Elizabeth P. Adriatico, Phone: (757)764-5388, Marietta S. Fry, Phone: 7577648098
- E-Mail Address
-
elizabeth.adriatico@us.af.mil, marietta.fry@langley.af.mil
(elizabeth.adriatico@us.af.mil, marietta.fry@langley.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The 633d Contracting Squadron, 14 Burrell Street, Bldg. 67, Langley AFB, VA has a requirement to purchase a K-9 Diesel Simulator listed in the attached STATEMENT OF REQUIREMENT. OPEN MARKET QUOTES WILL NOT BECONSIDERED. Only quotes from GSA vendors authorized to sell K-9 Diesel Simulators will be accepted. NAICS: 339112 - Veterinarians' instruments and apparatus manufacturing PSC: 6515 - Medical and Surgical Instruments, Equipment, and Supplies IMPORTANT NOTE: Please provide your quote separate from this document on company letter head indicating unit prices for each item, total price of offer, delivery days, will they accept a GPC expanded use purchase card. INSTRUCTIONS TO GENERAL SERVICES ADMINISTRATION (GSA)/ FEDERAL SUPPLY SCHEDULE (FSS) CONTRACTORS: This will be a firm-fixed priced delivery order against a General Services Administration (GSA)/ Federal Supply Schedule (FSS). This solicitation is being issued on a competitive basis. To assure timely and equitable evaluation of quote, the GSA/FSS Schedule contractors must follow the instructions contained herein. Failure to meet a requirement may result in an offeror being ineligible for award. GSA Vendors must submit a dated quote on company letterhead with unit prices and extended prices and a list of equipment in response to this solicitation in response to this solicitation. In doing so and without taking any exception to the requirements of this RFQ, including specifications included in the STATEMENT OF REQUIREMENT and terms and conditions, the GSA vendor accedes to all solicitation requirements. GSA vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. The method of payment will be by the GPC Expanded Use Credit Card. BASIS FOR CONTRACT AWARD Award will be based on technical acceptability and price. For quotes determined technically acceptable, a best value selection will be based on price. Technical: GSA vendors will be determined technically acceptable if the GSA vendor: Meets the minimum specifications described in the line item description of the statement of work. 2.3. Price: The Government may use any of the following price analysis techniques IAW FAR 15.404-1(b) to determine price reasonableness: comparison of proposed prices received, comparison of previously proposed prices and previous Government and commercial contract prices, use of parametric estimating/rough yardsticks, comparison with competitive published price lists or market prices, comparison with independent Government cost estimates, comparison with market research, and analysis of pricing information provided by the offeror. CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply: By reference: Clause Description Eff Date 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-13 System for Award Management Maintenance OCT 2018 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving JUN 2020 52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7019 Notice of NIST SP 800-101 DoD Assessment Requirements NOV 2020 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items and Commercial Components JAN 2021 252.247-7023 Transportation of Supplies by Sea FEB 2019 CLAUSES INCORPORATED BY FULL TEXT 52.252-2 Clauses Incorporated by Reference. As prescribed in 52.107(b), insert the following clause: 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: www.acquisition.gov (End of clause) 252.204-7022 Expediting Contract Closeout. As prescribed in 204.804-70, use the following clause: Expediting Contract Closeout (MAY 2021) At the conclusion of all applicable closeout requirements of Federal Acquisition Regulation 4.804, the Government and Contractor shall mutually agree on the residual dollar amount remaining on the contract. Both the Government and Contractor agree to waive payment of any residual dollar amount of $1,000 or less to which either party may be entitled at the time of contract closeout. A residual dollar amount includes all money owed to either party at the end of the contract and as a result of the contract, excluding amounts connected in any way with taxation or a violation of law or regulation. For purposes of determining residual dollar amounts, offsets (e.g., across multiple contracts or orders) may be considered only to the extent permitted by law. (End of clause) 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (OCT 2019) 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. 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). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron Judge, 757-764-5372, aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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. The ombudsman has no authority to render a decision that binds the agency. 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) Provisions by reference: Provision Description Eff Date 52.204-7 System for Award Management OCT 2018 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors -- Commercial Items NOV 2021 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 52.252-1 Solicitation Provisions Incorporated by Reference. As prescribed in 52.107(a), insert the following provision: 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 offeror 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/these address: www.acquisition.gov (End of provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/08e10aa813e445998ba344e566fb0dff/view)
- Place of Performance
- Address: Langley AFB, VA 23665, USA
- Zip Code: 23665
- Country: USA
- Zip Code: 23665
- Record
- SN06325931-F 20220514/220512230108 (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 |