ABC Gravel
Combined Synopsis/Solicitation RFQ - ABC Gravel DCBR - Reference (F3T1SS9116AW01) Requesting Agency: 4th Operations Support Squadron - 4 OSS/OSORR F-15E Stomper Road, Stumpy Point, NC 27978 Purchasing... Combined Synopsis/Solicitation RFQ - ABC Gravel DCBR - Reference (F3T1SS9116AW01) Requesting Agency: 4th Operations Support Squadron - 4 OSS/OSORR F-15E Stomper Road, Stumpy Point, NC 27978 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 solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit quotes in reference to RFQ number F3T1SS9116AW01. This requirement is being solicited as a sole source. The NAICS code for this requirement is 484220 - Specialized Freight (except Used Goods) Trucking, Local, with a size standard of $27.5M. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TA Effective 6 May 2016. Defense Federal Acquisition Regulation 20190215, Effective 15 Feb 2018. Air Force Federal Acquisition Regulation AFAC 2018-0525, Effective 25 May 2018. QUOTE SCHEDULE: Potential Offerors are to provide a quote for the items/services listed below: o Quote shall include a unit and total price for the following quote schedule: CLIN 0001 - Contractor shall furnish all labor, tools, equipment, and materials necessary to deliver 2,500 tons of ABC gravel in accordance with the Statement of Work (SOW) Quantity: 1 Unit: LOT Unit Price: $________ Total Price: $________ Delivery Date: 45 Days ADC Attachment: 1. Statement of Work *** To be considered for award, note that the offeror must be actively registered with the US Government database System for Award Management (SAM). 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. *** Quotes are due no later than 2:00 P.M. Eastern Standard Time, Tuesday, 21 May 2019. Quotes shall be sent via e-mail to the contracting points contact listed below. Contracting points of contact: SSgt Donald Suver, Contract Specialist, TEL : (919) 722-5445, or email: donald.suver@us.af.mil MSgt John Parker, Contracting Officer, (919) 722-1731 or email: john.parker.24@us.af.mil INSTRUCTIONS TO OFFERORS (Addendum to 52.212-1) QUOTE SPECIFICS: In order to be considered for evaluation quotes must include a Price Exhibit and a Technical Exhibit. 1. Quote shall include the offeror's Price Exhibit as follows: Contractor shall complete and return the Quote Schedule (as shown above). Vendors must note that separate Contract Line Item Numbers (CLINs), are not prescribed for purpose of associated costs entailing taxes, fees, transportation, delivery, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this solicitation, shall be all inclusive of all associated costs (i.e. all material, transportation, labor, delivery, removal, etc.) 2. Quotes shall include the offeror's Technical Exhibit as follows: Specifications Compliance: Contractor shall provide, in sufficient detail, a description of logistical planning to ensure delivery is met (45 days ADC), in accordance with Attachment 1 - "Statement of Work". (End of Provision) BASIS FOR CONTRACT AWARD: (Addendum to 52.212-2) Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. Offerors should propose their best solution to meet the stated requirements. (b) The following factors shall be used to evaluate quotations: 1. Price 2. Technical Capability (c) Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive, and represents the best value to the government based on selection of the lowest evaluated price that is deemed technically acceptable. The best value is represented by the lowest priced technically acceptable quotation. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required as defined in Addendum to 52.212-1. In order to be rated "technically acceptable" the offer must have an "acceptable" rating in the Technical Factor. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. If the quotation received is determined to be unacceptable, the vendor will be excluded from competition and will not be considered for award. Additionally, if no offers are rated technically acceptable, the CO has reserved the right to cancel the Solicitation in lieu of conducting discussions. In this case, the Government is under no obligation to release a new Solicitation. EVALUATION FACTORS: PRICE EXHIBIT (a) A quote's Total Evaluated Price (TEP) will be determined by the sum of all separately priced CLINs as presented on the combined synopsis/solicitation. If separate CLIN prices AND a TEP (as applicable) are not included, not clearly stated, miscalculated and/or not understandable, the offer will be rejected as non-responsive. TECHNICAL EXHIBIT (a) Each technical factor will be evaluated on an acceptable/unacceptable basis and assigned a rating on whether the quote meets the solicitation requirements. Extra credit will not be assigned for exceeding the acceptable/unacceptable criteria. A rating of "Acceptable" will be required in the factor to be eligible for award. TECHNICAL ACCEPTABLE/UNACCEPTABLE RATINGS Rating Description: Acceptable: Quote meets the requirements of the solicitation. Unacceptable: Quote does not meet the requirements of the solicitation. Technical Factor 1 Description: Technical Exhibit Measure of Merit: Contractor provided, in sufficient detail, a description of logistical planning to ensure delivery is met (45 days ADC), in accordance with Attachment 1 - "Statement of Work". (End of Provision) Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.204-7 System for Award Management. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 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 52.212-1 Instructions to Offerors -- Commercial Items 52.212-2 Evaluation -- Commercial Items 52.212-3 Offeror Representations and Certifications -- Commercial Items. 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 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation With Authorities And Remedies 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers With Disabilities. 52.222-41 Service Contract Labor Standards 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 52.232-33 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 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.244-6 Subcontracts For Commercial Items 52.247-34 F.O.B. Destination Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 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 Regulations (AFFAR): 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Provisions/Clauses by Full Text: 52.219-28 Post-Award Small Business Program Representation. (JUL 2013) As prescribed in 19.309(c), insert the following clause: Post-Award Small Business Program Rerepresentation (Jul 2013) (a) Definitions. As used in this clause- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is not dominant in its field of operation when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 484220 assigned to contract number TBD. [Contractor to sign and date and insert authorized signer's name and title]. 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, 114 Thompson St., Bldg 586, Room 129 Langley AFB, VA 23665, 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) The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »