Used Frieght Containers for Target Use
Combined Synopsis/Solicitation RFQ - Used Freight Containers for Target Use (FA480919QA046) Requesting Agency: 4th Operation Support Squadron - 4 OSS / OSOR Dare County Bomb Range F15E Stomper Express... Combined Synopsis/Solicitation RFQ - Used Freight Containers for Target Use (FA480919QA046) Requesting Agency: 4th Operation Support Squadron - 4 OSS / OSOR Dare County Bomb Range F15E Stomper Expressway 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not 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 FA480919QA046. The 4th Contracting Squadron is requesting quotes for Fifteen (15), twenty (20) foot shipping containers and five (5), Forty (40) foot shipping containers to be used as bomb boxes for the 4th Operational Support Squadron at the DCBR. This requirement is being solicited as a small business set-aside. The NAICS code for this requirement is 332439 with a size standard of 500 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 Effective 12-Jul-2019. Defense Federal Acquisition Regulation DPN 20190628, Effective 28-Jun-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. 15 (Fifteen), 20' (Twenty Foot) and 5(Five), 40' (Forty Foot) Freight Containers for Target Use. FOB Destination for delivery to: Dare County Bomb Range F15E Stomper Expressway Stumpy Point, NC 27978 Bid Schedule Description Qty Unit Unit Price Extended Price CLIN 0001 - Used Freight Containers (consisting of the following listed below) 20'L x 8'W x 8'6H 15 EA $ $ 40'L x 8'W x 9'6H 5 EA $ $ Total Price $ Delivery Date (No later than 30 days from the date of award): __________________________________________________________________________________ *** 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 10:00 AM. Eastern Standard Time, 26 July 2019. Quotes shall be sent via e-mail to donald.suver@us.af.mil and michael.demers.4@us.af.mil. Contracting points of contact: SSgt Donald Suver, Contract Specialist, (919) 722-5445 or e-mail: donald.suver@us.af.mil Mr. Michael Demers, Contracting Officer, (919) 722-1762 or email: michael.demers.4@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 CLIN price on page 1 of this Combined Synopsis/Solicitation. 2. Company Point of Contact with name, address, email address, and telephone number. 3. Proposal Expiration Date - not less than 60 days. 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 Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 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 Maintenance 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 (Deviation 2018-O0018) 52.212-2 Evaluation - Commercial Items 52.212-3 Offer 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. (Deviation 2019-O0003) 52.219-28 Post-Award Small Business Program Representation 52.222-19 Child Labor--Cooperation With Authorities And Remedies 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 52.232-40 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 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 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.204-7015 Disclosure Of Information To Litigation Support Contractors 252.211-7003 Item Unique Identification And Valuation 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 252.243-7001 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): 5352.242-9000 Contractor Access to Air Force Installations 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/ FAR 52.225-18: Place of Manufacture (Aug 2018) (a) Definitions. As used in this provision- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) 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)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »