Shipping Containers, 40 Foot
This is a combined synopsis/solicitation for a commercial supply and/or service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this... This is a combined synopsis/solicitation for a commercial supply and/or service 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ), solicitation number FA481419TF067 which is 100% set-aside for Small Business. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT: Shipping Containers, 40 Foot, Standard Height, Storage Grade, Used delivered to Avon Park Air Force Range, Florida 33825. CLIN DESCRIPTION QTY 0001 Shipping Containers, 40 Foot, Standard Height, Storage Grade, Used. 15 each BASIS OF AWARD: Award will be made to the lowest priced quotation that meets ALL requirements. The Government also reserves the right to make no award at all. Specific Instructions: All offerors are required to complete and submit Attachment #1 Pricing Response Sheet. The North American Industry Classification System code (NAICS) is 332439, Other Metal Container Manufacturing, with a Small Business Size Standard of 500 Employees. A firm fixed price contract will be awarded. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting) FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items FAR 52.212-4, Contract Terms and Conditions FAR 52.219-1, Small Business Program Representations FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.O.B Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers With Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment By Electronic Funds Transfer-System for Award Management //end of clauses within FAR 52.212-5// FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.252-2, Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: 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 252.204-7003, Control of Government Personnel Work Product DFARS 252-204-7004, Alt A, System for Award Management, Alternate A DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.247-7023, Notification of Transportation of Supplies by Sea The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.232-7006, Wide Area Workflow Payment Instructions The following Air Force Regulation Supplement (AFFARS) clauses apply to this solicitation and are incorporated in full text: 5352.201-9101 Ombudsman (June 2016) (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 ombudsmen, Ms. Susan R. Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225- 5022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, 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. (d) The ombudsman has no authority to render a decision that binds theagency. (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 ContractingOfficer. (End of clause) ADDITIONAL INFORMATION: Your quote must list your DUNS number and CAGE code with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DELIVERY ADDRESS: This requirement is procured on behalf of 598 Range Squadron, Avon Park Air Force Range, FL 33825. DEADLINE/POINTS OF CONTACT: Offers are due on Monday April 1, 2019 at 10:00 a.m. Eastern Time. Submit offers or questions to the attention of Christopher Tuck by email to christopher.tuck.3@us.af.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »