HAZMAT RESPONSE TRAILER (NON-MOTORIZED) WITH SUPPLIES
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional info... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (http://www.fbo.gov). The Request For Quote (RFQ) number is FE671282730077_01. This solicitationdocuments and incorporates provisions and clauses in effect through FAC 2005-100. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 423830 and the Small Business Standard is 750 employees. The proposed order is 100% set aside for Small Business concerns. Award shall be made on the evaluation basis of Lowest Price Technically Acceptable. The Pittsburgh 911th Airlift Wing located at Coraopolis, PA requests responses from qualified sources capable of providing: A non-motrized hazmat spill response trailer stocked with supplies as specified in the salient characteristics and supplies list found within attachment #1 (salient characteristics). NOTE: The trailer length quoted must be between 12 ft - 18 ft. Any trailers exceeding this length will not be considered. Questions concerning this solicitiation must be submitted to the POC by 5/8/2019 at 3:00 p.m. eastern standard time. CLIN 0001: Furnish one (1) new hazmat spill response trailer (non-motorized) to include supplies as specified in attachment #1 Amendment dated 5/2/2019: 1. Changed date for acceptance of questions from 4/8/2019 to 5/8/2019 2. Changed width requirements to accept between 6 ft. - 8.5 ft 3. Supplies can be transported in the trailer, separate from the trailer, or a combination of both. Quotes are to be submitted as one price to include both the trailer and supplies. The quote must list all supplies that are contained within attachment #1. Delivery: FOB Destination. Delivery is to Pittsburgh Air Force Reserve Base, Coraopolis, PA 15108. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 including: 52.203-18, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements, Representation 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10, Reporting Executive Compensation and First- Tier Subcontract Awards (Feb 2012) 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 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers w/Disabilities (OCT 2010) 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.232-39, Unforceability 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 52.204-7, System For Award Management 52.204-13, System For Award Management Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations, Representations 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.225-13, Restriction on Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification 52.232-36, Payment by Third Party 52.232-39, Unenforceability of Unauthorized Obligations 52.222-42, Statement of Equivalent Rates for Federal Hires 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work 52.247-34, F. O. B. Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.252-5, Authorized Deviations in Provisions 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: · Technical - Offeror shall provide documentation that equipment offered meets the salient characteristics described in this synopsis/solicitation as specified in attachment #1. · Price - will be reviewed for price reasonableness 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. Note: Interested Offerors must be registered in the System for Award Management (SAM) database. Firms can register via the SAM Internet site at https://www.sam.gov/. Interested Offerors are required to submit their representations and certifications online using SAM. Offerors must be a small business concern at the time of the response date. Foreign owned companies are not allowed to participate in this solicitation. Method of submission: Quotes shall be emailed to Paul Davisson at paul.davisson@us.af.mil All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 423830, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Point of contact for this solicitation is: Paul Davisson Contract Specialist Ph: 412-474-8124
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »