The RFP Database
New business relationships start here

Mobile Pylon Storage Rack- Inner and Outter Cage


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

 
Combined Synopsis/Solicitation

 

•(i)      This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued.

 

•(ii)    Solicitation Number: FA820119R1212- Mobile Pylon Storage Racks / Inner and Outter Cage

This solicitation is issued as a request for quotation (RFQ).

 

•(iii)  This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-94, Department of Defense Federal Acquisition Regulation Supplement Publication Notice 20161222, and Air Force Acquisition Circular 2017-0119.

 





Contracting Officer's Business Size Selection



Small Business Set-Aside





NAICS Code



337215





Small Business Size Standard



500 employees





•(iv)    

 

 

 

 

 

 

•(v)    Description of item(s) to be acquired: AME Storage Racks  from drawing  X20122262-10 which is the part number for the complete item, combining drawings X20122270 (outer cage) and X20143164 (inner rack) 24 total assemblies required

 

 





CLIN



Nomenclature



QTY



UI





0001-AA



Name: MOBILE PYLON STORAGE RACKS

 

Minimum Specifications:

Requirement is considered print-to-build. All parts are commercially available, but will require assembly. Mobility Ready Storage System. Considered AME (Alternate Mission Equipment.)

 

PLEASE SEE ATTACHED PWS FOR SPECIFICATIONS, LAYOUT, AND ADDITIONAL DRAWINGS.

.



 

24

 



EA

 





.

 

•(vi)   Services to be furnished: N/A

 

•(vii) Delivery Date and place:

Delivery date is: ASAP- We understand these items have a longer lead time, and require assembly. Ideally, we would like them NLT 30 OCT 2019, but are willing to work with this date.  

The contractor shall provide requested products to 7496 Canberra Dr, Hill AFB UT, 84056.

**All items to be shipped FOB Destination**

 

Questions: (if Necessary)

All questions regarding this solicitation can be sent to sasha.voinovich@us.af.mil and must be received NLT 16 SEP 2019.

 

•(viii)  The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1400  MST, 18 SEP 2019 via electronic mail to sasha.voinovich@us.af.mil

•a.        Provide Cage code when submitting Bid.

•b.       Late submissions of offers will be processed in accordance with FAR 52.212-1(f) "Late submissions, modifications, revisions, and withdrawals of offers."

•c.        The Government intends to award a Firm Fixed Price contract for this requirement.  However, 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.

 

•(ix)   52.212-2: Evaluation -- Commercial Items (Oct 2014)

(a) 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. The following factors shall be used to evaluate offers:

 

•(i)                  Price;

•(ii)                Technical Acceptability;

 

Price is approximately equal to Technical Acceptability.

 

(b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with the lowest price, and fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation.  Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). 

 

(c) To be technically acceptable all items must be TAA compliant.  If your company takes exception to any of the requirements of the Bill Of Materials (BOM) or terms/conditions of this solicitation, they must be clearly identified in your quote.  These will be reviewed for potential impact on your ability to successfully meet the Govrnment's requirements.  Any assumptions, conditions or exceptions which may negatively impact performance of this requirement could render the quote ineligible for award. Technical acceptability will be assessed based on items ability to comply with specification and other requirements for technical acceptability conforming in every material respect with those of this solicitation.

 

(d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, 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.

 

•(x)    Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate I (Oct 2014), with its offer.

 

•(xi)   The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition and a statement regarding any addenda to the clause.

 

•(xii) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014)


 

OTHER FAR CLAUSES AND PROVISIONS

 

52.203-6                Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

52.204-7                System for Award Management

52.204-10              Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).

52.209-6                Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note).

     52.211-16                Variation in Quantity (Apr 1984)

     52.211-17                Delivery of Excess Quantity(Sep1989)    

 

52.219-8                Utilization of Small Business Concerns (MAY 2014) (15 U.S.C. 637(d)(2) and (3).

52.222-3                Convict Labor (IAW FAR 22.202)(JUN 2003)

52.222-19             Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). 

52.222-21              Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999)

52.222-26              Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007)

52.222-35              Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). 
                52.222-36              Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).

52.222-37              Employment Reports on Veterans (July 2014) (38 U.S.C. 4212).

52.222-40             Notification of employees rights under the national labor relations act (DEC 2010)

52.222-41              Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67).

52.222-50             Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

52.223-18              Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513).

52.225-1                Buy American--Supplies (May 2014) (41 U.S.C. chapter 83)

52.225-13              Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

52.232-33              Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332).

52.232-39             Unenforceability of Unauthorized Obligations (Jun 2013)

52.233-3                Protest After Award (AUG 1996)

52.233-4                Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).

52.247-34             F.O.B. Destination (Nov 1991)

52.252-2                Clauses incorporated by reference

52.252-6                Authorized Deviations in clauses

252.204-7004      Alternate A, System for Award Management

252.232-7003      Electronic Submission of Payment request and Receiving reports

252.232-7006      Wide Area WorkFlow Payment instructions

252.232-7010      Levies on Contract Payments (Dec 2006)

5352.201-9101    Ombudsman

 

(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 OMBC A-76 competition performance decisions). 

(c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Ms. Jonna Hancey AFMC OL_H/PZC 801-777-6549, jonna.hancey@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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)

•(xiii)  Additional Contract Requirement or Terms and Conditions:

N/A

 

•(xiv)  Defense Priorities and Allocations System (DPAS):

N/A

 

•(xv) Proposal Submission Information: Offers are due by 1400 MST, 18 SEP 2019  via electronic mail to sasha.voinovich@us.af.mil.

 

•(xvi)  All questions on this requirement should be directed by email NLT 1400 MST, 16 SEP 2019 to: Sasha Voinovich at  sasha.voinovich@us.af.mil by phone (801)586-8882  or Christina Witt, christina.witt@us.af.mil by phone (801)586-5441.


Sasha , Contract Specialist, Phone 801-586-8882, Email sasha.voinovich@us.af.mil - Christina M. Witt, Contract Negotiator, Phone 8017774343, Email christina.witt@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP