The RFP Database
New business relationships start here

JLG Boomlift Preventative Maintenance


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

19TH CONTRACTING SQUADRON
LITTLE ROCK AFB, ARKANSAS


 


Combined Synopsis / Solicitation


for


JLG Boomlift Preventative Maintenance

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.
GENERAL INFORMATION


Solicitation Number: PR# F2S2107268AW03
[ X ] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB)
This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86 Effective 01 February 2016; Defense DPN 20150930 Effective 30 September 2015 and AFAC 2015-1001 Effective 1 October 2015.


This acquisition is set-aside for small businesses only. Offers from large businesses will not be considered.


North American Industry Classification Code (NAICS): 811310
Size standard: $7.5 Million
ITEMS TO BE PROVIDED/SERVICES TO BE PERFORMED


All items are to be provided and all services are to be performed in strict accordance with the attached Statement of Work or Objectives.
CLIN # DESCRIPTION QTY UNIT OF ISSUE
UNIT
PRICE TOTAL PRICE
0001 Preventative Maintenance (Labor) 4 EA
0002 Preventative Maintenance Parts 4 EA
0003 Unscheduled Maintenance (Labor) 1 LO
0004 Unscheduled Maintenance Parts 1 LO
1001 Preventative Maintenance (Labor) 4 EA
1002 Preventative Maintenance Parts 4 EA
1003 Unscheduled Maintenance (Labor) 1 LO
1004 Unscheduled Maintenance Parts 1 LO
2001 Preventative Maintenance (Labor) 4 EA
2002 Preventative Maintenance Parts 4 EA
2003 Unscheduled Maintenance (Labor) 1 LO
2004 Unscheduled Maintenance Parts 1 LO
TOTAL
Delivery Date (mandatory):_______________ Include Net Terms (mandatory): _______________
Company Name: CAGE Code:
Business Size:  Small  Large  Women-Owned  Veteran-Owned Other ___________________
Warranty Information:
Do you have access to Wide Area Workflow (WAWF)? check one
 YES  NO (If no, see evaluation criteria)



The following factor(s) shall be used to evaluate offers, in order of importance:


1. Price


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.
Offerors shall certify company information is accurate and current in the System for Award Management (SAM).
RESPONSE DATE/TIME AND CONTACT INFORMATION
Offers Due: 28 December 2017
Contracting Point of Contact: A1C Riley Silver
Phone Number: (501)987-8112
Email: riley.silver@us.af.mil

CLAUSES AND PROVISIONS


PROVISIONS INCORPORATED BY REFERENCE


52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998):
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address:http://farsite.hill.af.mil.
(End of Provision)


Reference Description Date
52.204-7 System for Award Management Jul 2013
52.204-16 Commercial and Government Entity Code Reporting Jul 2016
52.204-17 Ownership or Control of Offeror Jul 2016
52.212-1 Instructions to Offerors - Commercial Items Oct 2015
52.219-1 Small Business Program Representations Oct 2014
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations Jun 2015

CLAUSES INCORPORATED BY REFERENCE


52.252-2 - Clauses Incorporated by Reference (Feb 1998):
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil.
(End of Clause)


Reference Description Date


52.204-13 System for Award Management Maintenance Oct 2016
52.204-18 Commercial and Government Entity Code Maintenance Jul 2016
52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Nov 2015
52.212-4 Contract Terms and Conditions - Commercial Items* Jan 2017
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Jun 2016
52.223-5 Pollution Prevention and Right-to-Know Information May 2011
252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct 2016
252.225-7001 Buy American and Balance of Payments Program Aug 2016
252.232-7006 Wide Area WorkFlow Payment Instructions May 2013
Additional applicable FAR clauses cited within FAR part 52.212-5:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2015
52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015
52.217-9 Option to Extend the Term of the Contract Mar 2000
52.219-6 Notice of Total Small Business Set-Aside Nov 2011
52.219-28 Post-Award Small Business Program Representations Jul 2013g
52.222-3 Convict Labor Jun 2003
52.222-19 Child Labor - Cooperation with Authorities and Remedies Feb 2016
52.222-21 Prohibition of Segregated Facilities Apr 2015
52.222-26 Equal Opportunity Apr 2015
52.222-36 Equal Opportunity for Workers with Disabilities Jul 2014
52.222-50 Combating Trafficking in Persons Mar 2015
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011
52.225-13 Restrictions on Certain Foreign Purchases Jun 2008
52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul 2013



AFFARS CLAUSES AND PROVISIONS



AFFARS 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, Mr. David E. Jones, Deputy Director of Contracting, AFICA/KT, 2035 First Street West, JBSA Randolph, TX 78150-4304; telephone: (210) 652-1722; facsimilie: (210) 652-8344; e-mail: david.jones.3@us.af.mil. The alternate Ombudsman for AETC contracting squadrons is Stephen G. Smith, Chief, Clearance & Program Support Division, AFICA/KTC, 2035 First Street West, JBSA Randolph, TX 78150-4304; telephone: (210) 652-7075; e-mail: stephen.smith@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.


BE SURE TO READ FAR 52.212-1, INSTRUCTIONS TO OFFERORS, AND FAR 52.212-2, EVALUATION FACTORS. IF GUIDELINES ARE NOT FOLLOWED AS SET FORTH IN 52.212-1 YOUR OFFER COULD BE CONSIDERED NON-RESPONSIVE.


FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, AND VERIFICATION OF ORCA REGISTRATION MUST BE INCLUDED WITH YOUR OFFER.


 


Riley J. Silver, Contract Specialist , Phone 5019873862, Email riley.silver@us.af.mil - Steven Galioto, Contracting Officer, Phone (501)987-8112, Fax (501)97-8119, Email steven.galioto@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP