The RFP Database
New business relationships start here

Aircraft Fall Protection System


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

 


This is a combined synopsis/solicitation for an aircraft personnel fall protections system on Joint Base McGuire-Dix-Lakehurst, New Jersey in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13.105(b), supplemented with additional information included in this notice. This announcement constitutes the solicitation only; quotes are being requested and a written solicitation will not be issued.


 


This solicitation is being issued as a Request for Quotation (RFQ) IAW FAR Part 12 & 13 procedures.  Submit only written quotations for RFQ F3A2A57109AG01 in response to this solicitation.  This RFQ constitutes the only notice as this requirement is exempt from synopsis by FAR 5.202(a) (13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-9, effective 19 Jan 17 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20161222 (effective 22 Dec 16).  It is the contractors' responsibility to be familiar with applicable clauses and provisions.  This requirement is being issued as a 100% small business set-aside acquisition.  The North American Industrial Classification System Code is 811310 - Commercial and industrial machinery equipment (except automotive and electronic) repair and maintenance with a small business size standard of $7.5M.  The government intends to issue a firm fixed price purchase order.  Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows:







Item No.



Description



Quantity



Unit





0001




Personnel Fall Protection System



1



EA





0002




Delivery



1



EA





0003




On-site Operation Training



 



 





 




 



 



 







 

FOB point is Destination. 

 

The required delivery date is not later than 30 days ADC. 

 

All quotes must be emailed to POC Patrick Duff at patrick.duff.5@us.af.mil at 87 CONS/LGCC by 1 September, 3:00 pm, Eastern Time (ET).

 

All contractors must be registered in the System for Award Management https://www.sam.gov/ database prior to any contract award. 

 

Please submit the following information with each quote:  Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, and GSA Contract No. (If applicable), Date Offer Expires, Warranty, Line Item Unit Price(s), and Total Price.

 

 


BASIS FOR AWARD:


 


IAW FAR 13.106-1(a) (2) award will be made to the offeror who represents the best value to the Government.  The following evaluation factor(s) will be used to determine best value:


 


Lowest Price Technically Acceptable


 


PROVISIONS: 


 


This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53.  The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil.


 


The following FAR provisions are applicable to this solicitation:


FAR 52.204-7, System for Award Management


FAR 52.204-16, Commercial and Government Entity Code Reporting


FAR 52.204-17, Ownership of Control of Offeror


FAR 52.204-20, Predecessor of Offeror


FAR  52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation


FAR 52.209-7, Information Regarding Responsibility Matters.


FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.


FAR 52.211-7, Alternatives to Government-Unique Standards


FAR 52.212-1, Instructions to Offerors, Commercial Items


ADDENDUM TO 52.212-1:  Award will be made to the lowest priced technically acceptable offeror


FAR 52.212-2, Evaluation - Commercial Items


ADDENDUM TO 52.212-2:  To be technically acceptable the offeror must provide the required salient charactersitics outlined in the performance work statement. Offerors who do not provide the required documentation will be rated as technically unacceptable and their offer will be un-awardable.


FAR 52.212-3 Alt 1, Offerors Representations and Certifications - Commercial Items


FAR 52.212-4 Contract Terms and Conditions--Commercial Items


FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items.


FAR 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items


FAR 52.219-1 Alternate I, Small Business Program Representation.


FAR 52.222-22, Previous Contracts and Compliance Reports.


FAR 52.222-25, Affirmative Action Compliance


FAR 52.225-2, Buy American Certificate


FAR 52.243-1, Changes--Fixed Price


FAR 52.247-45, F.o.b. Origin and/or F.o.b. Destination Evaluation.


FAR 52.228-5, Insurance - Work on a Government Installation


Addendum to 52.228-5 entitled "Insurance Work on a Government Installation: 


The required workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000.


 


General liability insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence. 


 


Automobile liability insurance policy shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage covering the operation of all automobiles used in connection with the performance of the contract.  At least the minimum limits of $200,000 per occurrence for property damage shall be required. 


 


The following DFARS provisions are applicable to this solicitation:


 


DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials


DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights


DFARS 252.203-7005, Representations Relating to Compensation for Former DoD Officials


DFARS 252.204-7004, Alternate A, System for Award Management


DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information


DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal


DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law


DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports


DFARS 252.232-7006, Wide Area Workflow Payment Instructions 


AFFARS 5352.201-9101, Ombudsman.


 


The following provisions and clauses are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items


52.204-10 Reporting Executive Compensation and First-Tier Subcontrat Awards


52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment


52.222-3 Convict Labor


52.222-21 Prohibition of Segregated Facilities


52.222-22, Previous Contracts and Compliance Reports\


52.222-25, Affirmative Action Compliance


52.222-26 Equal Opportunity


52.222-40 Notification of Employee Rights Under the National Labor Relations Act


52.222-50 Combating Trafficking in Persons


52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving


52.225-13 Restrictions on Certain Foreign Purchases


52.232-33 Payment by Electronic Funds Transfer - System for Award Management


52.222-41 Service Contract Labor Standards


52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts)


52.222-55 Minimum Wages Under Executive Order 13658


 


ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award.  Lack of registration will make an Offeror ineligible for award.  Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months. 


 


Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. ;


 


Quotes must be for all items stated, partial quotes will not be considered. 


Only firm fixed price offers will be evaluated.  Award will be made (all or none) to one vendor. 


 


ATTACHMENTS:


1.  Performance Work Statement


2.  Joint Base McGuire-Dix-Lakehurst Security Forces Appendix


3.  Anti-Terrorism Statement

4. Combo Word Document


Patrick S. Duff, Contracting Specialist, Phone 6097545569, Email patrick.duff.5@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP