The RFP Database
New business relationships start here

Library Move


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

• FAR 52.232-18 Availability of Funds (Apr 1984) - 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.

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 2005-95 and Defense Publication Notice 20161222.


3) The NAICS is 484210, Used Household and Office Goods Moving. The Small Business Size Standard for this NAICS code is $27.5M. This acquisition is set-aside for small business concerns.


4) Description: RELOCATION OF SHELVING, BOOKS AND FURNITURE FOR BLDG 156, BASE LIBRARY
IAW Attached Statement of Work (SOW)


CLIN 0001 Qty Unit Price Total
RELOCATION OF SHELVING, BOOKS AND FURNITURE FOR BLDG 156, BASE LIBRARY
IAW Attached Statement of Work (SOW) 1 Job $ $


5) Location:
5 FSS/FSDL
Attn: Julie Reiten/701-723-4553
BLDG 156 Missile Ave
Minot AFB, ND 58705
Period of Performance: 14 Days ADC


6) Quotes must be valid for 60 days. Quotes must be provided on this form and be signed, dated and submitted by 24 October 2017, 10:00 A.M. CST to both of the points of contact listed below. Failure to send quotes to both POCs may result in being eliminated from award.


Primary: SSgt William Tucker - william.tucker.22@us.af.mil
Alternate: TSgt Ginnafer Burnett - ginnafer.burnett@us.af.mil


7) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, TSgt Burnett at ginnafer.burnett@us.af.mil.


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:


1. Price
2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards listed above and the stated delivery date.
*All offerors shall submit technical description of the product being offered in sufficient detail, in addition to the price proposal, to evaluate compliance with the requirements in this solicitation.


(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished
to the successful offeror, shall result in a binding contract without further action by
either party. Before the offer's specified expiration time, the Government may accept an
offer (or part of an offer), whether or not there are negotiations after its receipt, unless a
written notice of withdrawal is received before award.
(End of Provision)


The following FAR clauses applies to this acquisition:
FAR 52.204-7 System for Awards Management
FAR 52.204-13 Systems for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.211-16 Variation in Quantity:
(a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause.
(b) The permissible variation shall be limited to: 0% increase, 10% decrease. This increase or decrease shall apply to the total contract quantity.
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.
Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable:
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.219-6 Notice of Total Small Business Aside
FAR 52.219-28 Post Award SB Representation Program
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 Equal Opportunity 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 52.225-1 Buy American Act-Supplies
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 Subs
FAR 52.233-3 Protest after Award
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.223-1 Biobased Product Certification
FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service And Construction Contracts.
FAR 52.247-34 F.O.B Destination


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 252.204-7004 Alt A System for Award Management
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.211-7003 Item Identification and Validation
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
DFARS 252.244-7000 Subcontracts for Commercial Items


The following AFFARS clause cited is 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, SSgt, Phone 7017234174, Email william.tucker.22@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP