The RFP Database
New business relationships start here

Hydraulic Manlift


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

COMBINED SYNOPSIS/SOLICIATION ‘COMBO':
Hydraulic Manlift

(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 F45004-16-T-0027 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 333924 with a small business size standard of 750 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 services 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 52.209-6    PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT    
Oct 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 52.225-25    PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN- REPRESENTATION AND CERTIFICATIONS    Oct 2015
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 6 September 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 14 September 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


Oliver A. Ancans, Phone 9073773327, Email oliver.ancans@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP