The RFP Database
New business relationships start here

IAC Acoustics Model 40A-1 Hearing Booths or Equal


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

 

The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for the purchase of four (4) Patriot Purveyors IAC Acoustics Model 40A-1 Hearing Booths. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and supplemented by; FAR Part 8, Required Sources of Supplies and Services, FAR Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and 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. The announcement number is FM282390710206. The North American Industry Classification System (NAICS) code for this acquisition is 339112 with a size standard of 1000 Employees.  This is a small business set-aside; please identify your business size in your response based upon this standard. In accordance with the FAR 13.106-1(a) (2) offerors are notified that award will be made to the responsible offeror whose quote, conforming to the solicitation, provides the lowest price technically acceptable for the product and service, meeting or exceeding the standards set forth in the specifications below and per the Statement of Work.


 


Requirement:


 


CLIN 0001: Patriot Purveyors, LLC IAC Acoustics Model 40A-1 Hearing Booths or equal- 4 each


 


Specifications: The hearing booths must be portable with casters. They must come completely assembled, and designed to fit through a standard door frame. They must be designed for interior comfort with a fan for ventilation. They must be large enough to fit any size adult. They must have a door on each side to accommodate any room configuration. Hearing booths must include a viewing window to satisfy patient safety protocol.  They must have 4" Thick Single Walls.


 


Ideal Outside Dimensions (w, l, h):


3'6" x 4'2" x 7'7"


 


Ideal Inside Dimensions (w, l, h):


2' 10" x 3'6" x 6'6"


Cannot be any larger and should be as close to those dimensions as possible to be appropriate for the facility's space allocation.


 


*Quoted price should include FOB Destination.


 


In accordance with FAR 52.212-1(b) (4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. A technical evaluation will be performed after this posting has ended and before award.


 


Quoted price should be valid for 60 days.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, Defense Acquisition Circular (DPN 20180928) and Air Force Acquisition Circular (AFAC) 2018-0525. All FAR clauses may viewed in full text at http://farsite.hill.af.mil.  

FAR 52.204-7, System for Award Management;

FAR 52.211-6, Brand Name or Equal

FAR 52.212-1, Instructions to Offerors - Commercial;

FAR 52.212-3, Alternate I, Offeror Representations and Certifications:

Offerors are reminded that an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.

FAR 52.212-4, Contract Terms and Conditions - Commercial Items;

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -

Commercial Items. 

The following clauses cited within this clause are applicable:

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards;

FAR 52.219-6, Notice of Total Small Business Set-Aside;

FAR 52.219-14, Limitations on Subcontracting;

FAR 52.219-28, Post-Award Small Business Program Rerepresentation;

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 52.222-36, Affirmative Action for Workers With Disabilities;

FAR 52.222-50, Combating Trafficking in Persons;

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 

FAR 52.225-13, Restrictions on Certain Foreign Purchases;

FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management;

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -

 Commercial Items. (DEVIATION 2013-O0019) (NOV 2017);

FAR 52.232-39, Unenforceability of Unauthorized Obligations;

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors;

FAR 52.233-3, Protest After Award;

FAR 52.247-34, F.O.B Destination;

FAR 52.252-2, Clauses Incorporated by Reference: http://farsite.hill.af.mil/;

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 Personnel Work Product;

DFARS 252.204-7004 Alt A, System for Award Management (52.204-7) Alt A;

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls;

DFARS 252.204-7011, Alternative Line Item Structure;

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting;

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support;

DFARS 252.209-7998 (Dev), Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law:

See Class Deviation 2012-O0007, Prohibition Against Contracting with Corporations that Have a Felony Conviction, dated March 9, 2012. Contracting officers shall include the provision at 252.209-7998 in all solicitations that will use funds made available by Division H of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning March 9, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded.

 

DFARS 252.211-7003, Item Identification and Valuation;

DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations;

DFARS 252.223-7008, Prohibition of Hexavalent Chromium;

DFARS 252.225-7001, Buy American Act and Balance of Payments Program;

DFARS 252.225-7002, Qualifying Country Sources as Subcontractors;

DFARS 252.225-7048, Export Controlled Items;

DFARS 252.232-7003, Electronic Submission of Payment Requests;

DFARS 252.232-7010, Levies on Contract Payments;

DFARS 252.239-7018, Supply Chain Risk;

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 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances;           

 

DFARS 252.232-7006 WIDE AREA WORK.FLOW PAYMENT INSTRUCTIONS (MAY 2013)

a) Definitions. As used in this clause-

 

"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.

 

"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

 

"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.

 

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

 

(c) WAWF access. To access WAWF, the Contractor shall-

 

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and

 

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.

 

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/

 

(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.

 

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

 

(1)  Document type. The Contractor shall use the following document type(s).

COMBO

 

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

DESTINATION

 

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table*

 

Field Name in WAWF           |           Data to be entered in WAWF

________________________|______________________________

TBD

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

TBD

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

(End of clause)

 

 

5352.201-9101, OMBUDSMAN (JUN 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 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 competition performance decisions).

 

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman: 

Primary:

 

Col. Angela W. Suplisson, AFMC/AFTC/CV

1 S Rosamond Blvd

Edwards AFB CA 93524

Phone:  (661) 277-2810

Email: angela.suplisson@us.af.mil

 

Alternate: 

 

Ms. Karen L. Zang, AFMC/AFTC/PK

10 South Seller Avenue, Bldg. 2800

Edwards AFB CA 93524

Phone:  (661) 277-2006

Email: karen.zang@us.af.mil

 

Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC 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)

                         

 

To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil

 

Vendors must be registered in System for Award Management (www.sam.gov) before award can be made.  Questions are due no later than 12:00 P.M. Central Standard Time 19 July 2019.  Send all packages via email to kyla.orinick@us.af.mil.


Kyla R. Orinick, Contract Specialist, Phone 8508829130, Email kyla.orinick@us.af.mil - David A. Jackson, Contract Specialist, Phone 8508820274, Email david.jackson.23@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP