The RFP Database
New business relationships start here

Brush Bandit


North Dakota, 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 commodities prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. The 319th Contracting Flight at 575 Tuskegee Airman Blvd bldg. 418, Grand Forks AFB, ND 58205 intends to acquire the following items:
PRICE SCHEDULE
ITEM DESCRIPTION OF MATERIAL
OR SERVICES TO BE
PURCHASED QUANTITY UNIT PRICE TOTAL


0001 Purchase/Deliver 1 EA $ $


Model 250XP
(12" DISC STYLE)
BRUSH BANDIT,
OR EQUAL.


Delivery location:
575 Tuskegee Airmen Blvd.
GFAFB, ND 58205.
Material Control Warehouse.




EXTENDED TOTAL: $
DELIVERY TIME (days ARO):


This acquisition is a small business solicitation. The solicitation reference number is FA4659-17-Q-0020 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The NAICS code for the acquisition is 333120 and the size standard is 1,250 employees. Offerors must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with specifications, and provides the lowest price found technically capable.
The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text FAR 52.202-1, Definitions; FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-36, Equal Opportunity for Workers With Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.222-21, Prohibition on Segregated Facilities; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.227-1, Authorization and Consent; FAR 52.232-1, Payments; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; Unenforceability of Unauthorized Obligations; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.242-15, Stop Work Order; FAR 52.252-5, Authorized Deviations in Clauses; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A, System for Award Management; DFARS 252.204-7006, Billing Instructions; DFARS 252.233-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023, Transportation of Supplies by Sea.
FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must submit a completed copy of their annual representations and certificates or complete the annual representations and certifications electronically on the System for Award Management website at http://sam.gov.
FAR 52.212-2, Evaluation Commercial Items. Only 1 award will be made to the most lowest Price Technically Acceptable that represents best overall value to the Government.
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2017) (DEVIATION)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.503-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 if Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17, (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015), (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212), (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793), (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212), (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Act of 1965, (May 2014), (41 U.S.C. chapter 67), (xii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627), (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627), (xiii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67), (xiv) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989), (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015), (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts ussued from October 25, 2016 through April 24, 2017); Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).(xix) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).(xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. FAR 52.247-34, F.O.B.-Destination; FAR 52.249-1, Termination for Convenience of the Government (Fixed Price) (Short Form).


In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the System For Award Management (SAM). If not already registered, you should immediately register with SAM via the Internet at http://www.sam.gov/. Confirmation of SAM registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DOD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DOD contract shall be submitted in electronic form. Wide Area Workflow (WAWF) is the DOD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.225-7001, Buy American Act and Balance Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.211-7003, Item Unique Identification and Valuation; 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 252.243-7001, Pricing of Contract Modifications DFARS 252.246-7000, Material Inspection and Receiving Report; 252.247-7023 Transportation of Supplies by Sea; DFARS 252.204-7006, Billing Instructions.



5352.201-9101 Ombudsman.
OMBUDSMAN (JUN 2016)


(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 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, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Mr. Gregory S. Oneal, AFICA/KM (OL-AMC), 507 Symington Drive, Scott AFB IL 62225-5022, 618-229-0184, fax 618-256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 703-588-7004, facsimile number 703-588-1067.


(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)


Quotes must be sent in writing, by fax, or via e-mail to the Purchasing Agent, Maria Ortiz, no later than 4:00 P.M. (CST) on , 3 May 2017 to 319 CONF/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks, ND 58205-6436 ATTN: Maria Ortiz. For more information email: Maria.Ortiz.6@us.af.mil or call at # 701-747-5280. Fax # 701-747-4215. The alternate POC for this requirement is SrA Richard Walls, at #701-747-5275, or richard.walls.1@us.af.mil.


 


Maria L. Ortiz, Phone 7017475280, Email maria.ortiz.6@us.af.mil - Richard L. Walls, Contracting Officer, Phone 7017475275, Email richard.walls.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP