The RFP Database
New business relationships start here

Dry Cleaning Machine


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

Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

Instructions to Offerors, emailed proposals will be accepted. Note email size must not exceed 10 MB. If the proposal is more than 10 MB, please submit as email 1 of 2, etc. Format must be a Word Document, PDF, or Excel sheet. The offeror must request and obtain an acknowledgment of receipt for electronic submission.


Contractors and commercial vehicle deliveries must use the North Gate for entry to the base starting 21 May 18.
EFFECTIVE DATES: 21 May - mid-July
DAYS: Monday - Friday
HOURS: 0530 - 1800
After 1800 hours /weekends /holidays, contractors and commercial delivery will still use the North Gate and must contact the LED at 723-3096 to request base entry.



1) 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; this is a Request for Quotation (RFQ) and a written solicitation will not be issued.


2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, Defense Publication Notice 20180629, and Air Force Acquisition Circular 2018-0525.


3) The NAICS is 333318, Other Commercial and Service Industry Machinery Manufacturing. The Small Business Size Standard for this NAICS code is 1,000 EMP. This acquisition is set-aside for 100% small business concerns.


4) Description: Dry Cleaning Equipment IAW Attachment I, Statement of Work (SOW), dated 16 July 2018. Required delivery date 60 Days after contract award. If more time is needed, please specify in quote.


CLIN Description Qty Price Total
0001 Dry Cleaning Machine (Union HL840 OR EQUAL) IAW
Attachment I, SOW para 7 1 Each $ $
0002 Boiler 1 Each $ $
0003 Chiller 1 Each $ $
0004 Installation 1 Job $ $
Total Price $

*Shipping shall be included in the total price


5) List of Attachments:
a) Attachment I, Statement of Work, dated 16 July 2018


6) The following information shall be filled out when submitting a quote:


Company Name: Fax Number:


Point of Contact (POC): Address:


Telephone Number: Discount Terms:


SAM Registered: yes/no Small Business: yes/no


DUNS #: CAGE #:

Veteran-owned: yes/no Woman-owned: yes/no
Estimated Delivery to Minot AFB:


Signature/Date of Contractor:


7) Delivery/Performance Address:
HAZMART Bldg 534
534 Bomber Blvd
Minot AFB, ND 58705


8) All questions shall be submitted by 27 July 2018, 10:00 AM CST to both POC's listed below. Questions after this time and date will not be considered.


9) Quotes must be valid until 30 September. Quotes shall be provided on this form, signed, dated and submitted by 31 July 2018, 10:00 AM CST to both point of contacts listed below. The Offeror is responsible for ensuring the quote is received by the Government by the due date and time specified above. Failure to send quotes to both POCs or verify receipt of the quote may result in not being considered for award.


Primary: SSgt William Tucker - william.tucker.22@us.af.mil
Alternate: 1Lt Trenton High - trenton.high.1@us.af.mil


10) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, MSgt Nitra Latta at nitra.latta@us.af.mil or at 701-723-3057.



The following clauses and provisions applies to this acquisition:
FAR 52-212-1 Instructions to Offerors - Commercial Items
FAR 52.212-2 Evaluation - Commercial Items:
This provision is incorporated by reference, and paragraph (a) is modified to read as follows:
(a) This is a competitive best value acquisition 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, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed are evaluation factors that shall be used in the evaluation process:
Price: Pricing will be evaluated for reasonableness, realism and CLIN balancing.
Technical Capability: Technical Acceptability is achieved when the offeror provides all required documents IAW Attachment I, SOW and complies with the specified period of performance timeline. Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions, the stated Delivery Date, and Quality Products (i.e., products brochures and/or products data shall be attached to the price quote) and the offeror can provide and has the appropriate certifications in accordance with applicable federal, state, local, and industry standards.
*All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price quote, to evaluate compliance with the requirements in this solicitation.


(End of Provision)


The following FAR clauses and provisions are applicable to this acquisition:
FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.
FAR 52.204-7 System for Awards Management
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-13 Systems for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.204-17 Ownership or Control of Offeror
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.204-20 Predecessor of Offeror
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.211-6 Brand Name or Equal
FAR 52.212-1 Instructions to Offerors-Commercial Items
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items
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. The following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable:
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 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-36 Equal Opportunity for Workers with Disabilities
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-3 Hazardous Material Identification and Material Safety Data
FAR 52.223-15 Energy Efficiency in Energy-Consuming Products
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving
FAR 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act.
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3 Protest after Award.
FAR 52.233-4 Applicable Law for Breach of Contract Claim.
FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
http://farsite.hill.af.mil
FAR 52.252-2 Clauses Incorporated by Reference
http://farsite.hill.af.mil
The following DFARS clauses and provisions cited are applicable to this solicitation:
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 Work Product
DFARS 252.204-7015 Disclosure of information to litigation Support Contractors
DFARS 252.211-7003 Item Unique Identification and Valuation
DFARS 252.215-7008 Only One Offer
DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials
DFARS 252.225-7001 Buy American and Balance of Payments Program
DFARS 252.232-7003 Electronic Submission of Payments
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.232-7010 Levies on Contract Payments


The following AFFARS clauses cited are applicable to this solicitation:
AFFARS 5352.201-9101 Ombudsman
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances


William J. Tucker, Phone 7017234174, Email william.tucker.22@us.af.mil - Trenton M. High , Contract Specialist , Phone 7237674, Email trenton.high.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP