KC135 Tambourine type Intake Cover
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 announce... 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, W912J6-19-Q-0051, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03, effective 12Jul2019. This is a Brand Name requirement. The NAICS code is 314999 and the small business size standard is 500 EMP. The following commercial items are requested in this solicitation: If you are a interested party and are capable of providing the required supplies, please provide the requested information and pricing for each line item as indicated below. Responses to this notice should include: company name, address, point of contact and business size. Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: KC135 "tambourine" type, Double Fold, R-model CFM56 engine Intake Cover (set of 4), Color: Black with storage bag. Qty: 8 each. Mfr: Aircraft Covers, P/N: KC135-160 CLIN 0002: Imprint/Graphics - "HAWAII" on the Top of the cover and "ANG" on the Bottom of the cover, with Logo in the center (see attachment 3) CLIN 0003: Freight FOB Destination Shipping to JBPHH, Hawaii 96853 NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name only. New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. It is anticipated that a firm-fixed price purchase order will be awarded for the following items as a result of this synopsis/solicitation. Award will be based on lowest price technically acceptable. The following provisions are incorporated into this solicitation by reference: 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, SAM Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-20, Predecessor of Offeror 52.204-22, Alternative Line Item Proposal 52.204-6, 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 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.219-1, Small Business Program Representations 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliances Report 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disability Requirements 52.222-50, Combating Trafficking in Persons 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.223-18, Encouraging Contractor Policies to Band Text Messaging While Driving 52.232-1, Payments 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes 52.233-3, Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34, F.O.B Destination 52.252-1, solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 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 the Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003, Item Unique Identification and Valuation 252.225-7001, Buy American and Balance of Payment Program 252.225-7048, Export-Controlled Items 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 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea Method of Payment is Wide Area Workflow (WAWF) All interested vendors shall be registered in System for Award Management (SAM) to be considered eligible for award. IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code and small business size standard for this NAICS code can be found at https://www.sba.gov/site/defualt/files/files/size_standards/table.pdf Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. The following provisions and clauses are incorporated by full text. The full text is found in Attachment #1. FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Quotes are due by 4:00 p.m. local (HST) time on 16 July, 2019. Oral submission will not be accepted. Electronic proposals must be submitted via e-mail to SSgt David Marshment at david.marshment.2@us.af.mil. No telephone inquiries will be accepted. Only written inquires received directly form the offeror are acceptable. Facsimile proposals will not be accepted. All questions shall be submitted no later than 12 July, 2019 at 12:00 p.m. (HST). Attachments: #1 - Full Text Provisions and Clauses #2 - Brand Name JA #3- Logo
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »