Search Contract Opportunities

PPG Accu-Tab SI Calcium Hypochlorite Tablets

ID: FA441819R0514 • Type: Synopsis Solicitation

Description

Posted: May 15, 2019, 11:38 a.m. EDT

Combined Synopsis/ Solicitation for commercial items

(i) 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. Proposals are requested and a written solicitation will not be issued.

(ii) This solicitation/synopsis reference number is FA441819R0514 and is being issued as a Request for Quote (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96, effective 06 November 2017.

(iv) This acquisition is set-aside 100% small business. The NAICS code is 325120 with a size standard of 1000 Employees. Contract is base and four option years.

(v) Contractors shall submit a Quote to provide 12 deliveries of 24, 55 lbs. buckets (1 pallet) of PPG AccuTab SI Tablets with inhibitor as identified in the attached RFQ sheet for Joint Base Charleston.

(vi) 12 deliveries of 24, 55 lbs. buckets (1 pallet) of PPG AccuTab SI Tablets with inhibitor in support of the Nuclear Power Training Unit for Moored Training Ships for JB Charleston, South Carolina.

(vii) Delivery shall be FOB Destination. The Government shall place an order with the vendor for delivery of a shipment. Vendors must delivery shipments within 10 days of order placement.

(viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil).

FAR 52.212-1, Instructions to Offerors Commercial. Offerors shall submit sufficient product data to allow the Government to evaluate the offered product as technically acceptable.

Vendors shall submit sufficient product information to support the vendor proposes to deliver the required AccuTab S1 product.

(ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Technical acceptability of the product offered to meet the Government requirement. 2. Price - The Government will evaluate the total price of the offer for award purposes. All contractors shall submit technical information sufficient to allow the government to evaluate and determine the offered product is acceptable. The Government will award a contract to the lowest priced technically acceptable offer.

The Government shall first rank all proposals according to price. Beginning with the lowest price proposal, the offeror whose proposal represents the lowest proposed price will be evaluated for technical acceptability. Once the lowest priced proposal is evaluated as technically acceptable, that offer represents the best value to the Government and the evaluation process will end. If the lowest priced proposal is evaluated as technically unacceptable, the Government will proceed to the next lowest priced offer and evaluate for technical acceptability. This process will continue until the lowest priced proposal is evaluated as technically acceptable.

(x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov

(xi) The clause at FAR 52.212-4, Contract Terms and Condition Commercial Items, applies to this acquisition.

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION), applies to this acquisition.

  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply:
  • FAR 52.222-21, Prohibition Of Segregated Facilities
  • FAR 52.222-22, Previous Contracts and Compliance Reports
  • FAR 52.222-26, Equal Opportunity
  • FAR 52.222-36, Affirmative Action for Workers With Disabilities
  • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.
  • FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management

(xiii) The following additional clauses are applicable to this procurement.

  • FAR 52.204-7, System for Award Management
  • FAR 52.219-6, Notice of Total Small Business Set-Aside
  • FAR 52.219-28, Post Award Small Business Representation
  • FAR 52.222-50, Combating Trafficking in Persons
  • FAR 52.225-13, Restrictions on Certain Foreign Purchases
  • FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION)
  • FAR 52.253-1 Computer Generated Forms
  • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate
  • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.)
  • DFARS 252.246-7000, Material Inspection And Receiving Report
  • AFFARS 5352.201-9101 OMBUDSMAN (APR 2014)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Susan Madison, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

(End of clause)

(xiv) Defense Priorities and Allocations System (DPAS): N/A

(xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 29 May 2019 no later than 12:00 PM EST. Requests should be marked with solicitation number FA441819R0514.

(xvi) Address questions to 1st Lt Mitch Mickley, Contracting Specialist, at (843) 963-4570, email mitch.mickley@us.af.mil or Melissa Adams, Contracting Officer, Phone (843) 963-5157, email melissa.adams.21@us.af.mil.

For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php

Also see http://www.sba.gov
Posted: May 6, 2019, 8:15 a.m. EDT
Posted: May 1, 2019, 12:48 p.m. EDT

Overview

Response Deadline
May 29, 2019, 1:00 p.m. EDT (original: May 17, 2019, 1:00 p.m. EDT) Past Due
Posted
May 1, 2019, 12:48 p.m. EDT (updated: May 15, 2019, 11:38 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
FOB DESTINATION: NPTU 1260 Snow Pointe Rd GOOSE CREEK, SC 29445-8612 USA
Source
SAM

Current SBA Size Standard
1200 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Signs of Shaping
57% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 5/1/19 Air Mobility Command issued Synopsis Solicitation FA441819R0514 for PPG Accu-Tab SI Calcium Hypochlorite Tablets due 5/29/19. The opportunity was issued with a Small Business (SBA) set aside with NAICS 325120 (SBA Size Standard 1200 Employees) and PSC 68.
Primary Contact
Title
Contract Specialist
Name
Mitch D. Mickley   Profile
Phone
(843) 963-4570

Secondary Contact

Title
Contracting Specialist
Name
Melissa D Adams   Profile
Phone
(843) 963-5197

Documents

Posted documents for Synopsis Solicitation FA441819R0514

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA441819R0514

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA441819R0514

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA441819R0514

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AMC > FA4418 628 CONS PK
FPDS Organization Code
5700-FA4418
Source Organization Code
100221779
Last Updated
June 13, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 13, 2019