Posted: Aug. 19, 2020, 7:27 a.m. EDT
This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is F5Q3410197AW01 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2020-08 (13 August 2020) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20200605. This solicitation is: 100% Total Small Business Set-Aside. The North American Industrial Classification System (NAICS) codes for this commercial item is 332311, the size standard is 750.
The 910th Security Forces Squadron has a requirement to procure the commercial item listed below.
SCHEDULE OF SUPPLIES/SERVICES:
This acquisition is for the purchase of the following item(s):
CLIN 0001 One (1) Portable Guard Booth Trailer Mounted (See Specification Attachment for Detailed Information on the Portable Guard Booth)
CLIN 0002 Freight, Applicable Shipping Cost (FOB)
Government's intent is to award a single contract between the Government and the Contractor/Vendor, to the responsible contractor/vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factor(s) considered. The following factor(s) shall be used to evaluate quotes: 1. Technical capability of the item offered to meet the Government requirement; and 2. Price. The technical capability will be evaluated as slightly more important than the price. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs.
The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.acquisition.gov
List of applicable provisions:
FAR 52.204-7, System for Award Management
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-17, Ownership or Control of Offeror
FAR 52.211-6, Brand Name or Equal
FAR 52.212-1, Instructions to Offerors, Commercial Items
FAR 52.212-2, Evaluations, Commercial Items
FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
*Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at beta.SAM.gov.
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
FAR 52.252-1, Solicitation Provisions Incorporated by Reference
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7004, Alternate A, System for Award Management
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.225-7001, Buy American and Balance of Payments Program
List of applicable clauses:
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.212-4, Contract Terms and Conditions-Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
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, Combating Trafficking in Persons
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13, Restriction on Certain Foreign Purchases
FAR 52.228-5, Insurance - Work on a Government Installation
FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.237-2, Protection of Government Buildings, Equipment & Vegetation
FAR 52.252-2, Clauses Incorporated by Reference
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights
DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004)
DFARS 252.225-7001, Buy American and Balance of Payments Program
DFARS 252.225-7036, Buy American - Free Trade Agreements
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.244-7000, Subcontracts for Commercial Items
AFFARS 5352.201-9101, Ombudsman
AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS)
AFFARS 5352.223-9001, Health & Safety on Government Installations
Offerors shall certify company information is accurate and current in the System for Award Management (SAM). SAM registration must be in an Active status as the government cannot award to an entity without an Active SAM registration.
Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor's DUNS Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor.
Offerors are required to be registered in Wide Area Workflow (WAWF) for payment purposes. For WAWF assistance, please visit their website at: https://wawf.eb.mil/ or by phone at: 801-605-7095. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 MSG/CONF/PK.
All quotes must state at a minimum: the unit price, discount/payment terms, delivery time after receipt of award, and FOB Destination terms. The Contractor/Vendor will provide all requested manuals/documentation and warranties. Quote must be valid for 60 days from closing date of RFQ. Offerors are responsible for ensuring their quote has been received and is legible. Only complete quotes will be considered for award. If you have previously provided a quote, please resubmit in accordance with this solicitation.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions concerning this procurement, either technical or contractual must be submitted to: angela.hyser@us.af.mil.
Quote and Vendor Information Checklist (see attachment) must be received by the 910th Contracting Office no later than 10:00 a.m. Eastern Time (ET) on 16 September 2020. Please submit quote and vendor information checklist via email to angela.hyser@us.af.mil.
Posted: Aug. 19, 2020, 7:27 a.m. EDT
Posted: Aug. 17, 2020, 1:58 p.m. EDT