The RFP Database
New business relationships start here

AFICA - Minot AFB Washer & Dryer Units


North Dakota, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Please email both contacts below for attachments.

1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued.


2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Change Notice 20161222.


3) The standard industrial classification code is 3582, NAICS is 333318, Other Commercial and Service Industry Machinery Manufacturing. The Small Business Size Standard for this NAICS code is 1,000 employees.


See Attachment 1 - Salient Characteristics
See Attachment 2 - Statement of Work (SOW) for Delivery and Installation schedule.


Item Description: Qty Unit Price: Total
Commercial Speed Queen Top Load Washer,
ENERGY STAR Certified & FEMP Designated,
Part Number: LWNA52SP113TW01 OR EQUAL, to include all hardware (i.e., power cords, hoses). See Attachment 1 - Salient Characteristics 52 EA $ $
Commercial Speed Queen Top Load Dryer,
Part Number: LDEE7RWS173TW01 OR EQUAL, to include all hardware (i.e., dryer vents, power cords, hoses). See Attachment 1 - Salient Characteristics 52 EA $ $
Commercial Speed Queen Stackable Washer/Dryer Combo, ENERGY STAR Certified Washer & FEMP Designated Washer,
Part Number: LTEE5ASP173TW01 OR EQUAL, to include all hardware (i.e., dryer vents, power cords, hoses, and stackable unit kits). See Attachment 1 - Salient Characteristics 44 EA $ $
Delivery/Installation in accordance with Attachment 2 - Statement of Work (SOW) 1 EA $ $


4) Delivery shall be F.O.B. Destination to:
5 CES/CEIHF
Attn: SSgt Nicholas L. Merrill/701-723-7844
Minot AFB, ND 58705


5) All quotes must be signed, dated and submitted using this form by 27 April 2017, 10:00 A.M. CST. Quotes must be electronically submitted via email to the following points of contact. Failure to send quotes to both POCs may result in being eliminated from award.



Primary: SrA TeAnte Cain - teante.cain@us.af.mil
Alternate: A1C Walnerge Uran Ochoa - walnerge.uran_ochoa@us.af.mil


6) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, TSgt Burnett at ginnafer.burnett@us.af.mil.


The following Clauses and provisions applies to this acquisition:
FAR 52-212-1 Instructions to Offerors - Commercial Items
FAR 52.212-2 Evaluation - Commercial Items:
This provision is incorporated by reference, and paragraph (a) is modified to read as follows:
(a) This is a competitive best value acquisition in which 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, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed are evaluation factors that shall be used in the evaluation process:


1. Price
2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum salient characteristics listed above and the stated delivery/installation schedule.
*All offerors shall submit technical description of the product being offered in sufficient detail, in addition to the price proposal, to evaluate compliance with the requirements in this solicitation.


(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished
to the successful offeror, shall result in a binding contract without further action by
either party. Before the offer's specified expiration time, the Government may accept an
offer (or part of an offer), whether or not there are negotiations after its receipt, unless a
written notice of withdrawal is received before award.
(End of Provision)


The following FAR clauses applies to this acquisition:
FAR 52.211-6 Brand Name or Equal
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IRAN - Representation and Certifications
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable:
FAR 52.203-6 Alternate I, Restrictions on Subcontractor Sales to the Government
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6 Protecting Government's Interest
FAR 52.219-6 Alternate I, Notice of Total Small Business Set-Aside
FAR 52.219-14 Limitations on Subcontracting
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 52.222-35 Equal Opportunities for Veterans
FAR 52.222-36 Equal Opportunity for Workers With Disabilities
FAR 52.222-37 Employment Reports on Veterans
FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act
FAR 52.222-50 Combat Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management


The following DFARS clauses and provisions cited are applicable to this solicitation:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7004 Alternate A, System for Award Management
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252.232-7003 Electronic Submission of Payments
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.247-7023 Transportation of Supplies by Sea
DFARS 252.232-7003 Electronic Submission of Payment Request


The following AFFARS clause cited is applicable to this solicitation:
AFFARS 5352.201-9101 Ombudsman
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances


 


TeAnte Cain, Phone 7017231228, Email teante.cain@us.af.mil - Walnerge E. Uran Ochoa, Phone 7017236367, Email walnerge.uran_ochoa@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP