Hawaii Air National Guard
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; quotes are being requested and a written solicitation will not be issued. This solicitation, W912J6-19-Q-0023, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective 20Dec2018. This procurement is a 100% Small Business set-aside in accordance with (IAW) the Federal Acquisition Regulation (FAR) Part 19.502-2 (b). The NAICS code is 333413 and the small business size standard is $500 EMP. The following commercial items are requested in this solicitation:
Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows:
All filters must meet NESHAP rule 319 to be in compliance with base and state environmental rules for air quality.
CLIN 0001: 1ST STAGE CPA PANEL FILTER 24x24, QTY: 300 EA, P/N 250-009-63, or equal.
CLIN 0002: 2nd STAGE PE/PT PANEL 24x24, QTY: 468 EA, P/N 250-009-53, or equal.
CLIN 0003: INTAKE FILTERS, QTY: 324 EA, P/N 250-009-75, or equal
CLIN 0004: FILTER SPIN ON, FOR RODGERS COMPRESSOR, QTY: 4 EA, P/N 800-010-025, or equal.
CLIN 0005: SHIPPING, FOB DESTINATION TO HAWAII 96853
CLIN 0006: FILTER SPIN ON, FOR RODGERS CMPRESSOR, QTY: 4 EA, P/N 800-010-26, or equal
CLIN 0007: COMPRESSOR SEPARATOR GASKET, QTY: 2 EA, P/N 800-010-45, or equal
CLIN 0008: PRIMARY SEPARATOR FILTER, QTY: 2 EA, P/N 800-010-46, or equal
CLIN 0009: SECONDARY SEPARATOR FILTER, QTY: 2 EA, P/N 800-010-47, or equal
CLIN 0010: QUINSYN- XP 5 GALLON PAILS COMPRESSOR COOLANT, 8 EA (40 GALLONS NEEDED), P/N 800-010-48, or equal.
It is anticipated that a firm-fixed price purchase order will be awarded for the following items as a result of this synopsis/solicitation. Award will be based on lowest price technically acceptable.
The following provisions are incorporated into this solicitation by reference:
52.204-7, System for Award Management
52.204-13, SAM Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-22, Alternative Line Item Proposal
52.209-10, Prohibition on Contracting with Inverted domestic Corporations
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1, Instructions to Offerors - Commercial Items
52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I
52.212-4, Contract Terms and Conditions - Commercial Items
52.219-1, Small Business Program Representations
52.223-5, Pollution Prevention & Right-To-Know Information
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
52.232-1, Payments
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.247-34, F.O.B Destination
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7003, Control of Government Personnel Work Product
252.204-7004, Alternate A, System for Award Management
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
252.204-7011, Alternative Line Item Structure
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7010, Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea
Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov.
The following provisions and clauses are incorporated by full text. The full text is found in Attachment #2.
DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials
FAR 52.252-1, Solicitation Provisions Incorporated by Reference
FAR 52.252-2, Clauses Incorporated by Reference
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial
Items
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
Quotes are due by 4:00 p.m. local (EST) time on 20 February, 2019.
Electronic proposals must be submitted via e-mail to SrA Mindy Klask at mindy.k.klask.mil@mail.mil using the quote sheet in attachment 2. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to SrA Mindy Klask at 808-844-6365 or mindy.k.klask.mil@mail.mil no later than 12 February, 2019 at 12:00 p.m. (EST).
Attachments:
#1 - Full Text Provisions and Clauses
#2- Quote Sheet
Mindy Klask, Contract Administrator, Phone 8088446365, Email mindy.k.klask.mil@mail.mil