The RFP Database
New business relationships start here

DFAC Air Curtains


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

i) 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; proposals are being requested and a written solicitation will not be issued.

ii) This is a Request for Quotation (RFQ), solicitation number FA485518Q0002.


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


(iv) This acquisition is open market. The NAICS code is 333413 and the Small Business Size Standard for this NAICS code is 500 employees.


(v) DFAC Air Curtains


CLIN 0001: Demo one existing double door air curtain, provide and install six new double door air curtains, and provide and install one new single door air curtain at Pecos Trails Dining Facility.


Qty: 7


CLIN 0002: Provide and install three new double door air curtains at the Satellite Dining Facility.


Qty: 3


(vi) Description: See attached minimum specifications for all required standards.


(vii) Delivery shall be F.O.B. Destination to:
203 Air Commando Way, Bldg 1225
Cannon AFB, NM 88103
Delivery Date: 30 Days ARO
(If 30 Day ARO delivery and install cannot be met, please provide alternative timeline.)


(viii) A statement that the provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following is included as an addendum to 52.212-1:


All quotes must contain unit and extended prices from the CLINS listed in paragraph v of this RFQ. Multiple awards are not anticipated, but the Government reserves the right to consider multiple awards during evaluation. Proposals containing additional CLINS outside CLINS listed in paragraph v will be considered nonresponsive and not considered for award. If additional items are proposed, offerors must include those items as a part of the CLINS provided.


All offerors must include a delivery date. If no delivery date is provided, a delivery date of days 30 ADC will be assumed. Delivery date will not be used in the evaluation.


All offerors must provide pictures of previous signs supplied to other customers, if applicable.


The following provisions also apply:
FAR 52.252-1, Solicitation Provisions Incorporated by Reference: full text provisions can be found at http://farsite.hill.af.mil
DFARS 252.204-7004 Alternate A, System for Award Management.



(ix) The provision at FAR 52.212-2 Evaluation - Commercial Items:
This provision is incorporated by reference, and paragraph (a) is modified to read as follows:
This is a competitive best value source selection 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, price, and other factors considered. The Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process:
Price
Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products will meet the standards listed in the statement of work/specifications.
All offers will be ranked according to the total evaluated price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place.
*All offerors shall submit technical description of the products 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)


(x) All offerors must complete and submit the provision at FAR 52.212-3 Offeror Representations and Certifications --Commercial Items, or its electronic equivalent. All offerors must complete the following provision and include it with any quotes submitted:
BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC
(NOV 2014)
Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American and Balance of Payments Program-Basic clause of this solicitation.
Evaluation. The Government-
Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and
Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program.
Certifications and identification of country of origin.
For all line items subject to the Buy American and Balance of Payments Program Basic clause of this solicitation, the offeror certifies that-
Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and
(ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country.
(2) The offeror certifies that the following end products are qualifying country end products:
Line Item Number        Country of Origin    


(3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product":
Line Item Number        Country of Origin (If known)



Submitted and Certified,


(xi) The clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition.


(xii) 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 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters, FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.219-Limitations on Subcontracting, FAR 52.219-28 Post Award Small Business Program Representation, 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 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging with Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management, FAR 52.247-64, Preference for Privately Owned U.S-Flag Commercial Vessels


(xiii) The following terms and conditions also apply:
FAR 52.204-19 Incorporation by Reference of Representations and Certifications
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation
FAR 52.225-18 Place of Manufacture.
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.246-16 Responsibility for Supplies
FAR 52.252-2 Clauses Incorporated by Reference: full text clauses can be found at http://farsite.hill.af.mil
FAR 52.253-1 Computer Generated Forms
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7994 Prohibition on Contracting with Entities that Require Certain Confidentiality Agreements-Representation
DFARS 252.203-7995 Prohibition on Contracting with Entities that Require Certain Confidentiality Agreements
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7003 Agency Office of the Inspector General
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 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.211-7003, Item Unique Identification and Valuation
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors
DFARS 252.225-7035 Buy American-Free Trade Agreements --Balance of Payments Program Certificate
DFARS 252.225-7036 Alternate I Buy American-Free Trade Agreements--Balance of Payments Program
DFARS 252.232-7003 Electronic Submission of Payment Request
DFARS 252.232-7006 Wide Area Workflow Instructions
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies by Sea
AFFARS 5352.201-9101 Ombudsman: Local POC and contact information will be provided upon request.
AFFARS 5352.242-9000 Contractor Access to Air Force Installations


(xiii) Quotes must be signed, dated and submitted by 1 May 2018, 4:30 PM, Mountain Standard Time. All quotes for commercial items MUST be submitted with a Buy American Certificate in accordance with DFARS 252.225-7000. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer.


Primary: TSgt Thomas Hutchins - thomas.hutchins@us.af.mil
Alternate: Amn Tristin Davis - tristin.davis@us.af.mil


For further inquiries, please email the POC's listed above or the Contracting Officer, SSgt David Valenzuela - david.valenzuela@us.af.mil


 


Thomas Hutchins, Phone 5757842815, Email thomas.hutchins@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP