COMBINED SYNOPSIS/SOLICIATION ‘COMBO':
Knockerball
(i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.
(ii) Solicitation F1U3C16153A001 is issued as a Request for Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, effective 15 Jun 2016. The DFARS provisions and clauses are those in effect to DPN 20160607, effective 07 Jun 2016. The AFFARS provisions and clauses are those in effect to AFAC 2016-0603, effective 03 Jun 2016.
(iv) This requirement is solicited as a 100% total small business set aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 325211 with a small business size standard of 1,250 employees.
(v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.
(vi) The government intends to award a firm-fixed price contract for the following:
See Attachment 1: Pricing Schedule
(vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to:
Eielson Air Force Base, Alaska 99702
(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:
1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.
2. Specific Instructions: The response shall consist of two (2) separate parts:
a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative.
b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information.
3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is
defined as meeting all of the criteria and specifications in Attachment 1 and 2. Price and technical acceptability will be considered.
(ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below:
(a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price (including all options) and other factors considered. The following factors shall be used to evaluate quotes:
(i) Technical acceptability
(ii) Price
(b) Price (including all options) and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote (including all options) will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting the following criteria:
Minimum Qualifications: Contractor must be able to provide the products described herein (see Attachment 1& 2).
(d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
(x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Apr 2016), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Mar 2016), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition:
FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT Jul 2013
FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING Jul 2015
FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE Jul 2015
FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS Dec 2014
FAR 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS -- REPRESENTATION Nov 2015
FAR 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS Nov 2015
FFAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE Nov 2011
FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION Jul 2013
FAR 52.222-3 CONVICT LABOR Jun 2003
FAR 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES Feb 2016
FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES Apr 2015
FAR 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS Feb 1999
FAR 52.222-25 AFFIRMATIVE ACTION COMPLIANCE Apr 1984
FAR 52.222-26 EQUAL OPPORTUNITY Apr 2015
FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Jul 2014
FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS Mar 2015
FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING Aug 2011
FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES Jun 2008
FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT Jul 2013
FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS Jun 2013
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS Dec 2013
FAR 52.233-3 PROTEST AFTER AWARD Aug 1996
FAR 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM Oct 2004
DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS Sep 2011
DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS
Sep 2013
DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
Nov 2011
DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS
Dec 2015
DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE Sep 2011
DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION Dec 2015
DFARS 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS
May 2016
DFARS 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM Jun 2013
DFARS 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-- BASIC Nov 2014
DFARS 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS Dec 2012
DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS Jun 2013
DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS
Jun 2012
DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS May 2013
DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS Dec 2006
DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS Jun 2013
DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC Apr 2014
AFFARS 5352.201-
9101 OMBUDSMAN Apr 2014
AFFARS 5352.223-
9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS Nov 2012
AFFARS 5352.242-
9000 CONTRACTOR ACCESS TO GOVERNMENT INSTALLATIONS Nov 2012
(xiii) Options- N/A
(xiv) No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition.
(xv) NOTICE TO ALL INTERESTED PARTIES:
Questions shall be submitted electronically via email to A1C Oliver Ancans (oliver.ancans@us.af.mil) & SSgt Pablo Buenrrostro (pablo.buenrrostro.1@us.af.mil)
Please forward all questions to A1C Oliver Ancans no later than 2PM AKDT on 21 July 2016. An amendment will be issued providing the Government's answers to any questions received.
Quotes are due no later than 2PM Alaska Standard Time on 16 August 2016. Quotes shall include the following:
a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative.
b. Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information
BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. Pricing shall be evaluated to include all options (if applicable)!
(xvi) Quotations shall be submitted electronically via e-mail to A1C Oliver Ancans (oliver.ancans@us.af.mil) & SSgt Pablo Buenrrostro (pablo.buenrrostro.1@us.af.mil). For information regarding this solicitation, contact the same.
List of Attachments:
• Attachment 1: Pricing Schedule
• Attachment 2: DFARS 252.209-7991
Attachment 1: PRICING SCHEDULE
2 Page
LINE ITEM DESCRIPTION QTY UI UNIT PRICE EXTENDED PRICE
0001:
Knockerball clear Large logo 1.MM-1.5MM TPU
Thermal plastic polyurethene (TPU)
OR EQUAL 40 EACH $ $
0002: Knockerball clear Medium logo 1.MM-1.5MM TPU
Thermal plastic polyurethene (TPU)
OR EQUAL 30 EACH $ $
0003: Shipping directly to Alaska 1 $ $
TOTAL PRICE: $
THIS QUOTE EXPIRES ON:
Business Size: -Owned -Owned
Delivery Date (Mandatory): Net Terms (Mandatory): DUNS:
Printed Name
Title
Signature
Date
NOTE: The individual signing must be a signatory official for this Entity; signature constitutes agreement to all terms/conditions contained within this solicitation.
252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations.
Include the attached provision in all solicitations, including solicitations for the acquisition of commercial items under FAR part 12, that will use funds made available by the Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235),
REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2016 APPROPRIATIONS
(DEVIATION 2016-O0002) (OCT 2015)
(a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)
Oliver A. Ancans, Phone 9073773327, Email oliver.ancans@us.af.mil