Exterior Lighting LED Conversion
This is a combined synopsis/solicitation prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes ... This is a combined synopsis/solicitation 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 solicitation number assigned to this action is W912QG-19-Q-5012. This acquisition is utilizing procedures in FAR Subpart 13, Simplified Procedures, and is issued as a Request for Quote (RFQ) from the Virginia air National Guard, 165 Sweeney Boulevard Building 768, Langley AFB, VA 23665. This acquisition is being set-aside exclusively for Small Business concerns. The applicable North American Industry Classification System (NAICS) code is 238210, with a size standard of $15 M. The disclosure of magnitude for this project is between $25,000 and $100,000. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2019-01 dated 22 January 2019 and the Defense Acquisition Regulation (DFARS) Publication Notice 20190401. The VAANG intends to issue a firm-fixed priced purchase order for an exterior light conversion. The contractor shall provide all labor, tools, materials, equipment, supervision, transportation, and supplies required for this effort. The Government intends to place a Single, Firm-Fixed Price contract without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. SUBMISSION GUIDELINES: Submitted quotes must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (4) completion of the provisions 52.212-3 and 252.213-7000; (5) details of product to be provided for each requirement identified with pricing. (6) proposal should be submitted under company letterhead, with DUNS number, FTID, company name, address and POC included. A site visit will be conducted the 203d Red Horse Squadron, 203 Red Horse Drive, Virginia Beach, VA 23451 on 16 May 2019 at 1000. Please notify Contracting Officer Chad Hagen at chad.hagen@us.af.mil of your notice to attend, and to gain base access. The solicitation closing date is 06 June 2019, 1:00pm (1300) (ET). Submit all offers in response to this synopsis/solicitation electronically to the Point of Contact Chad Hagen at chad.hagen@us.af.mil. Request for additional information must be submitted by 29 May 2019 2019, 1:00pm (1300) (ET). All questions will be consolidated and reposted to FBO for all to view. (1) Insert proposed prices in the Pricing Schedule provided below. (2) Complete the necessary fill-ins and certifications in provision 52.212-3 section (b) provided below and return along with your cost proposal. (3) There is no additional requirement to submit a history of past performance on similar projects. Past Performance will be evaluated utilizing a combination of information obtained from the Past Performance Information Retrieval System (PPIRS), and the Federal Awardee Performance and Integrity Information System (FAPIIS). (4) Prior to award, the vendor must be registered and have completed online representations and certifications in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. GENERAL SUBMITTAL REQUIREMENTS: Submit pricing for the following CLINS: Contract line item numbers and quantities: CLIN 0001: Exterior Lighting LED Conversion________________________ CLIN 0002: ECMRA REPORTING __________________________________ The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: https://afcmra.dmdc.osd.mil/Login.aspx Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at help desk at: (855) 723-2672 UIC: FFHP10 Warranty: The Contractor shall extend to the Government the full coverage of any standard warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard warranty does not waive the Government's rights under any "Inspection" clause that may be in the contract nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard warranty. The standard warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The Contractor shall provide a copy of its standard warranty (if applicable) with its offer. The warranty covers a period of ____________ months (OFFEROR is to insert number). Notices: The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. The following provisions and clauses are applicable to this solicitation: Incorporated by reference: P- 52.204-7 -- System for Award Management P- 52.204-16, Commercial and Government Entity Code Reporting P- 52.211-6, Brand Name or Equal P- 52.212-1, Instructions to Offerors-Commercial Items P- 52.212-3 Alt 1: Offeror Representations and Certifications- Commercial Items P- 52.222-55, Minimum Wages Under Executive Order 13658 P- 52.226-3 - Disaster or Emergency Area Representation P- 52.232-18, Availability of Funds P- 52.237-1, Site Visit P- 252.203-7001, Representation Relating to Compensation of Former DoD Officials P- 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation P- 252.204-7011, Alternative Line Item Structure P- 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations P- 252.225-7000, Buy American Statute-Balance of Payments Program Certificate P- 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments *C- 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements C-52.204-9, Personal Identity Verification of Contractor Personnel C- 52.204-13 - System for Award Management Maintenance C- 52.204-18, Commercial and Government Entity Code Maintenance C- 52.204-19, Incorporation by Reference of Representations and Certifications *C- 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment *C- 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations C- 52.212-4, Contract Terms and Conditions-Commercial Items *C- 52.219-6, Notice of Total Small Business Set Aside *C- 52.219-28 - Post-Award Small Business Program Rerepresentation *C- 52.222-3, Convict Labor *C- 52.222-21, Prohibition of Segregated Facilities *C- 52.222-26, Equal Opportunity *C- 52.222-41, Service Contract Act of 1965 *C- 52.222-50, Combating Trafficking in Persons C- 52.222-62 Paid Sick Leave Under Executive Order 13706 *C- 52.223-15, Energy Efficiency in Energy Consuming Products *C- 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving *C- 52.225-13, Restrictions of Certain Foreign Purchases *C- 52.232-33, Payment by Electronic Funds Transfer- SAM C- 52.232-39, Unenforceability of Unauthorized Obligations C- 52.232-40, Providing Accelerated Payments to SB Subcontractors *C- 52.233-3, Protest After Award *C- 52.233-4, Applicable Law for Breach of Contract Claim C- 52.237-2, Protection of Government Buildings, Equipment, and Vegetation C- 252.201-7000, Contracting Officer's Representative C- 252.203-7002 Requirement to Inform Employees of Whistleblower Rights C- 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements C- 252.204-7003 Control of Government Personnel Work Product C- 252.204-7004 Alternate A, System for Award Management C- 252.204-7012 Safeguarding of Unclassified Controlled Technical Information C-211-7003 C- 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials C- 252.223-7008, Prohibition of Hexavelent Chromium C- 252.225-7001, Buy American and Balance of Payments Program C- 252.225-7002 Qualifying Country Sources as Subcontractors C- 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments C- 252.225-7048 Export-Controlled Items C- 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports C-252.232-7010, Levies on Contract Payments C- 252.243-7001 Pricing of Contract Modifications C- 252.244-7000, Subcontracts for Commercial Items C- 252.247-7023, Transportation of Supplies by Sea Incorporated in full text: P- 52.212-1, Instructions to Offerors-Commercial Items: At a minimum, the vendor must submit a price schedule which asserts they will provide the supplies/services to the minimum standards indicated in the solicitation/PWS. P- 52.212-3 Alt. I, Offeror Representations and Certifications--Commercial Items--Alternate I P- 52.212-2, Evaluation-Commercial Items: BEST VALUE, LPTA Evaluation- 100% Small Business Set-Aside. The Government will award a firm-fixed priced contract. Award will be made on a best value basis, Lowest Price Technically Acceptable. Only one award will be made, unless it is in the best interest of the Gov't to issue multiple awards. ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. To be determined technically acceptable the salient characteristics identified on each line item must be met. In order to determine if the products quoted are technically acceptable, product information must be provided with the quote. Vendors quoting the products identified as having been determined acceptable are not required to submit product information. P- 52.252-1 -- Solicitation Provisions Incorporated by Reference (FILLIN: http://farsite.hill.af.mil) P- 52.252-5 -- Authorized Deviations in Provisions P- 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law P- 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations C-52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items *clauses with asterick are included by reference C-52.222-42, Statement of Equivalent Hires C-52.252-2, Clauses Incorporated by Reference (FILLIN: http://farsite.hill.af.mil) C-52.252-6, Authorized Deviations in Clauses (FILLIN: DFARS Vol II) C- 252-211-7003, Item Unique Idenfication and Valuation C- 252.232-7006, Wide Area Work Flow Payment Instructions Notice to Offerors (a) In compliance with Class Deviation 2012-O0015, the following do not apply to this solicitation/contract: (1) 52.212-1, paragraph (k). (2) 52.212-4, paragraph (t). (3) 52.212-3--Alternate I, introductory paragraph and paragraph (b). (b) Offerors are required to complete 52.212-3--Alternate I, paragraphs (c) through (o). (c) Deviation clause 52.204-99, System for Award Management Registration, is required and is added/included by addendum. All information relating to this solicitation will be posted on the website this solicitation has been posted within. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing via e-mail (it is the responsibility of the vendor to verify email receipt). NO TELEPHONIC REQUESTS FOR INFORMATION WILL BE HONORED. All answers will be posted to the Federal Business Opportunites website.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »