Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA4830-19-Q-A003
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This anno...
This is a combined synopsis/solicitation for commercial items 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. The Government anticipates issuing a five (5) year Blanket Purchase Agreement (BPA) for the contractor (s) found capable of meeting the Goverment requirements. This is a combined synopsis/solicitation for commercial services prepared, 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. Request for Quote (RFQ) is FA4830-19-Q-A003 and is issued as combined synopsis/solicitation for Firebreak Maintenance. This combined synopsis/solicitation is prepared in accordance with simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes as solicitation only. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2009-01, DPN 20181031 and Air Force Acquisition Circular (AFAC) 2018-0525. The North American Industry Classification System (NAICS): 115310. This acquisition will be set aside 100% for small business in accordance with FAR 19.502-2(a). The size standard is $7.5M. *See Attached Price List for line item information. Additional Detail: See attached Statement of Work. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. BASIS FOR AWARD: The Government will award a Blanket Purchase Agreement to the offeror whose price is judged to represent the best value to the government. All offerors must be System for Award Management (SAM) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. Offerror may include a Representations and Certifications-Commercial items with their offer, Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.209-6, Protecting the Government's Intereste when Subcontracting with Contractors Debarred, Suspended, or Proposed for DeBarred; FAR 52.212-3, Offeror Representations and Certifications-Commerical Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implem ent Statutes or Executive Orders- Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.233-3, Protest After Award (31 U.S.C . 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.223-4 ; Recovered Material Certification FAR 52.225-13 Restriction on certain foreign Pu rchase; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); FAR 52.232-33, Payment by Electronic Funds Transfer; DFAR 252.204-7004, Central Contractor Registration (52 .204-7) Alternative A; DFAR 252.225-7001, Buy American Act And Blance of Payments Program; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.246-7000, Material Inspection and Receiving Report; DFAR 252.247-7024, Notification Of Transportation Of Supplies B y Sea; AFFAR 5352.201-9101, Ombudsman.