Automated Cleaning Technologies Parts Washer Waste Minimization System
The Oklahoma Air National Guard - 9100 East 46th Street North, Tulsa, OK 74115 is seeking one Brand Name Automated Cleaning Technologies Waste Minimization System, Model# ETSP-300. This combined synop... The Oklahoma Air National Guard - 9100 East 46th Street North, Tulsa, OK 74115 is seeking one Brand Name Automated Cleaning Technologies Waste Minimization System, Model# ETSP-300. This combined synopsis/ solicitation MaintenancePartsWasher is100% set aside for small business IAW FAR 19.502-2(a) If no acceptable offer from a small business concern is received, the small business set-aside shall be withdrawn and the requirement, if still valid, may be made on the basis of full and open competition considering all offers submitted by responsible business concerns, to include large businesses. Award may be made to multiple offerors to include all or part of the items included in the quote to include both GSA schedule and open market quotes. If there is an after hour point of contact, please include in quote. The Federal Supply Classification (FSC) is 3695 and The North American Industry Classification System (NAICS) code is 333318 and the small business size standard is 1,000 Employees. All firms or individuals responding must be registered with the System for Award Management (SAM). All responsive quotes will be considered by the agency. You may email your quote in. It is incumbent upon the interested parties to verify that your quote has been received by our office. Invoicing will be required to go through Wide Area Work Flow (WAWF) at https://wawf.eb.mil/ Item(s) being requested are included in the SOW attached to this Solicitation. Please provide the quote in accordance with the Statement of Work and Brand Name Justification and Approval. Delivery FOB Destination will be required within 60 days after date of contract. The delivery address will be: 9100 East 46th Street North Tulsa, OK 74055 All questions concerning this combined synopsis and solicitation must be directed to MSgt David Hugueley and SMSgt Lonsdale at usaf.ok.138-fw.list.msc@mail.mil by 1100 hours Central Time on 05 June 2019. Quotes are due by 1100 hours Central Standard Time on 11 June 2019. Quotes may be submitted via e-mail to usaf.ok.138-fw.list.msc@mail.mil. With this being a commercial supply we solicited as a combined synopsis/solicitation. Quotes can be submitted in the normal quotation format used by the company to include the item(s) being requested in accordance with the Statement of Work and Brand Name J&A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 MaintenancePartsWasher is being issued as a request for quotes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-01 which is effective as of 22 January 2019. The following Federal Acquisition Regulation (FAR) provision and clauses which can be found at https://acquisition.gov/browse/index/far and DOD Class Deviations (CD) which can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html apply to this combined synopsis/solicitation: FAR 52.204-7 System for Award Management FAR 52.204-8 Annual Representations and Certifications FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-22 Alternative Line Item Proposal FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.207-4 Economic Purchase Quantity - Supplies FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-8 Time of Delivery FAR 52.211-17 Delivery of Excess Quantities FAR 52.212-1 (Deviation 2018-O0013) Instructions to Offerors - Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate 1 FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.219-1 Small Business Program Representations - Alternate 1 FAR 52.219-6 (Deviation 2019-O0003) Notice of Total Small Business Set Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 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 Combatting Trafficking in Persons FAR 52.223-6 Drug-Free Workplace FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-18 Place of Manufacture FAR 52.232-1 Payments FAR 52.232-8 Discounts for Prompt Payment FAR 52.232-25 Prompt Payment FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract FAR 52.243-1 Changes - Fixed Price FAR 52.247-34 F.O.B. Destination FAR 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-5 Authorized Deviations in Provisions FAR 52.252-6 Authorized Deviations in Clauses 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 Representations Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7007 Alternate A, System for Award Management DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7000 Buy American - Balance of Payments Program Certificate - Basic DFARS 252.225-7001 Buy American - Balance of Payments Program- Basic DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Work Flow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »