ABC Gravel/Fill Sand for Dare County Bomb Range
Combined Synopsis/Solicitation RFQ – ABC Gravel DCBR – Reference (FA480920Q0069) 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 (FA480920Q0069) 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 FA480920Q0069. This requirement is being solicited as a sole source. The NAICS code for this requirement is 212321 – Construction Sand and Gravel Mining, with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 Effective 2 July 2020. Defense Federal Acquisition Regulation 20200324, Effective 24 March 2020. Air Force Federal Acquisition Regulation AFAC 2019, Effective 1 October 2019. QUOTE SCHEDULE: Potential Offerors are to provide a quote for the items/services listed below: Quote shall include a unit and total price for the following: CLIN 0001 – Contractor shall furnish all labor, tools, equipment, and materials necessary to deliver 2,500 tons of ABC gravel to a fixed storage location in accordance with the Statement of Work (SOW) Quantity: 2,500 Unit:Tons Unit Price: $________ Total Price: $________ CLIN 0002 – Contractor shall furnish all labor, tools, equipment, and materials necessary to deliver 500 yards of fill sand to a fixed storage location in accordance with the Statement of Work (SOW) Quantity: 500 Unit: Yards Unit Price: $________ Total Price: $________ Delivery Date: 45 Days ADC Attachment: Statement of Work ***Vendors must provide their DUNS number and CAGE code along with their quote. *** 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. Quotes are due no later than 3:00 P.M. Eastern Standard Time, Tuesday, 20 July 2020. 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 Mr. Michael Demers, Contracting Officer, TEL : (919) 722-1762 or email: michael.demers.4@us.af.mil BASIS FOR CONTRACT AWARD: ( FAR 52.212-2) Evaluation-Commercial Items.(Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (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 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 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 (DEVIATION 2020-O0008) 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) (JUL 2020) 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.219-28 Post-Award Small Business Program Representation. 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 52.232-39 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 52.247-34 F.O.B. Destination 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 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 252.223-7006 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 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime 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) Provisions/Clauses by Full Text: 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 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(es): https://www.acquisition.gov/ 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/these address(es): https://www.acquisition.gov/ AFFARS 5352.201-9101 Ombudsman 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, Mr. Steven Nerenberg, 114 Thompson Street, Bldg. 586, Room 129, Langley AFB, VA, 23665, telephone 757-764-5372 (DSN 574-5372), and e-mail steven.nerenberg@us.af.mil. The alternate Lt Col Aaron Judge, 114 Thompson Street, Bldg. 586, Room 129, Langley AFB, VA, 23665, telephone 757-764-5372 (DSN 574-5372) and e-mail 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) The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at https://www.acquisition.gov/
Data sourced from SAM.gov.
View Official Posting »