The RFP Database
New business relationships start here

CES Mulcher/Brush Cutter


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

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. Quotations are requested and a written solicitation will not be issued.
(ii) This solicitation/synopsis reference number is FA441819QA027 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) 2019-02, effective 05 June 2019.
(iv) This acquisition is set-aside 100% small business. The NAICS code is 333112 with a size standard of 1,500 Employees.
(v) Contractors shall submit a quote for a Gyro-Trac GT-16 Medium duty Mulcher or equivalent for Joint Base Charleston IAW attached Request for Quote (RFQ).
(vi) The contractor will be responsible for delivery of the equipment along with operations and maintenance training. Delivery will be made to Joint Base Charleston - Air Base, South Carolina.
(vii) 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:
(b)(6)--c. Offerors shall submit pricing on the attached request for quotation worksheet.
(viii) 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. Price.
2. Technical capability of the item offered to meet the Government requirement.
The Government will evaluate the total price of the offer for the award purposes. The Government will award a contract to the lowest priced technically acceptable offer.
(ix) 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.
(x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial

Items, applies to this acquisition.
(xi) 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.
Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition.
The following additional clauses are applicable to this procurement (not all inclusive):
FAR 52.204-7 System for Award Management
FAR 52.204-13 System for Award Management Maintenance
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.211-17 Delivery of Excess Quantities
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 (DEV)
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor
FAR 52.222-21 Prohibition of Segrated Facilities
FAR 52.222-22 Previous Contracts and Compliance Reports
FAR 52.222-26 Equal Opportunity
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
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 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-1 Payments
FAR 52.232-33 Payment by Electronic Fund Transfer- System for Award Management
FAR 52.233-3 Protest After Award
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
FAR 52.252-2 Clauses Incorporated by Reference
FAR 52.253-1 Computer Generated Forms
DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate
DFARS 252.225-7001 Buy American Act and Balance of Payments Program
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (WAWF instructions provided at time of award)


DFARS 252.232-7006 Wide Area Workflow Payment Instructions
AFFARS 5352.201-9101 Ombudsman
5352.201-9101 OMBUDSMAN (June 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, the interested party may contact the ombudsmen, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, 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/AFISRA/SMC ombudsman levels, 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, 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)


(xiii) (xiii) Defense Priorities and Allocations System (DPAS): N/A
(xiv) Responses to this combined synopsis/solicitation must be received via email no later than 9 July 2019 at 2:00 PM EST. Requests should be marked with solicitation number FA441819QA027.
(xv) Questions should be addressed to Tricia Esannason, Contracting Officer at tricia.esannason@us.af.mil and Joshua Nardone, Contracting Administrator at joshua.nardone.2@us.af.mil. For immediate response please call (843) 963-3327
For more opportunities, visit https://www.fbo.gov/ Also see: http://www.sba.gov.


Joshua J. Nardone, Contracting Specialist, Phone 8439635162, Email joshua.nardone.2@us.af.mil - Tricia L. Esannason, Contracting Officer, Phone 8439633327, Email tricia.esannason@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP