The RFP Database
New business relationships start here

Deployable Automated Cargo Measuring System


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 & 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued.


(ii) This solicitation/synopsis reference number is F1M31A7073AW02 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 2005-89, Dated 15 Aug 2016.


(iv) This acquisition is unrestricted. The associated NAICS code is 333997 with a size standard of 500 employees.


(v) Contractors shall submit a proposal to provide, install, and certify a Deployable Automated Cargo Measuring System (DACMS) at Bldg. 237, Cargo Deployment Facility, Joint Base Charleston, SC. All responsible sources may submit a proposal, which shall be considered. A firm fixed price contract is contemplated.


See Attachments for submittal of a Quotation:
-Attachment 1. Request for Quotation (RFQ)
-Attachment 2. Performance Work Statement (PWS)


(vi) The system will be installed on Joint Base Charleston - Air Base, South Carolina.


(vii) The Period of Performance shall be 75 calendar days, or less.


(vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil)


(ix) FAR 52.212-1, Instructions to Offerors - Commercial.


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. Technical Acceptability
2. Price


The government will award to the Lowest Price Technically Acceptable offer. Contractors are advised to provide sufficient information to ensure the government has ample opportunity to accurately evaluate the proposal meets the characteristics specified in the PWS. Technical acceptablity will be evaluated based on the proposal meeting the requirements specified in the PWS.


(x) 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 http//orca.bpn.gov.


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


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders - Commercial Items (May 2015), applies to this acquisition.


(xiii) The following clauses are applicable to this procurement:
• FAR 52.204-7, System for Award Management
• FAR 52.208-4, Vehicle Lease Payments.
• FAR 52.208-5, Condition of Leased Vehicles.
• FAR 52.208-6, Marking of Leased Vehicles.
• FAR 52.208-7, Tagging of Leased Vehicles.
• FAR 52.211-6, Brand Name or Equal
• FAR 52.211-17, Delivery of Excess Quantities
• FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award.
• FAR 52.217-7, Option for Increased Quantity -- Separately Priced Line Item.
• FAR 52.217-9, Option to Extend the Term of the Contract.
(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.


(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.


(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 18 months


(End of clause)


• FAR 52.219-14, Limitations on Subcontracting
• FAR 52.219-28, Post Award Small Business Representation
• FAR 52.222-21, Prohibition Of Segregated Facilities
• FAR 52.222-26, Equal Opportunity
• FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era
• FAR 52.222-36, Affirmative Action for Workers With Disabilities
• FAR 52.222-37, Employment Reports On Veterans
• FAR 52.222-41, Service Contract Act of 1965, WD 2005-2473 Rev. 19
• FAR 52.222-42, Statement of Equivalent Rates for Federal Hires.
In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the
provisions of 5 U.S.C. 5341 or 5332.


• FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price
• FAR 52.222-50, Combating Trafficking in Persons.
• FAR 52.223-11 -- Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons.
• FAR 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance.
• 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 52.228-5, Insurance-Work on a Government Installation
• FAR 52.232-18, Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
• FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration
• FAR 52.253-1, Computer Generated Forms
• DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
• DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
• DFARS 252.204-7004, Alternate A, Required Central Contractor Registration; Contractors not registered in the SAM will be ineligible for award (register at http://www.sam.gov/ or call 1-800-334-3414).
• DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate
• DFARS 252-225-7001, BAA - 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 (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.)
• DFARS 252.246-7000, Material Inspection And Receiving Report
• DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations.


• AFFARS 5352.201-9101 OMBUDSMAN (APR 2014)
(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 interested 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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregory ONeal, HQ AMC/A7K, 042 Scott Drive, Unit 2A2, Scott AFB, IL, 62225, (618) 229-0267, fax (618) 256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, 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 20330-1060, 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)



(xiv) Defense Priorities and Allocations System (DPAS): N/A
(xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 12 July 2017 no later than 4:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M31A7073AW02.


(xvi) Address questions to SSgt Randy Brittingham, Contract Specialist, at (843) 963-5160, fax (843) 963-5183, email randy.brittingham@us.af.mil.


For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php
Also see http://www.sba.gov


Randy A. Brittingham, Contract Administrator , Phone 8439635160, Email randy.brittingham@us.af.mil - Terry Harrelson, Contracting Officer, Email Terry.Harrelson.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP