The RFP Database
New business relationships start here

Remove Old / Install New Air Compressor


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

COMBINED SYNOPSIS/SOLICIATION ‘COMBO':
REMOVE OLD / INSTALL NEW AIR COMPRESSOR
(i) This is a combined synopsis/solicitation for TIME SENSATIVE commercial items prepared in accordance with the format in FAR 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.

(ii) Solicitation FA4877-18-Q-0104 is issued as a Request for Quotation (RFQ).


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 January 2017. The DFARS provisions and clauses are those in effect to DPN 20161222 effective 22 December 2016. The AFFARS provisions and clauses are those in effect to AFAC 2017-1003 effective 3 October 2017. The Wage Determination 2015-5191 Revision #1 Dated 02/28/2017 will be incorporated into the purchase order.


(iv) This is a local small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 423830 with a small business size standard of 1,000 employees.


(v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this COMBO.


(vi) The government intends to award a firm-fixed price contract for the following:


The contractor shall furnish all materials, supplies, parts, tools, equipment, transportation, labor, supervision, installation and management necessary to perform the removal of existing compressor and purchase/installation of an Air Compressor system at the 309th Aircraft Maintenance and Regeneration Group (309 AMARG), Davis-Monthan AFB, AZ. SE end of building 7456, Hangar 5.


(vii) Delivery of cans shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All engine can pick-up and delivery must be coordinated with the designated AMARG point of contact.


(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:


1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.


2. Specific Instructions: The response shall consist of two (2) separate parts: Part I - Technical Acceptability and Part II - Price Proposal.


a. PART 1- TECHNICAL CAPABILITY - Submit one (1) copy of technical capability narrative, limit to 10 pages.
b. PART 2- PRICE - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages.


3. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable.


Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications listed in Attachment 2: Performance Work Statement. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.


4. System for Award Management Registration is required in order to be considered for award.


If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation.


(f) Offerors may obtain information on registration at https://www.sav.gov .


(ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:


(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) technical capability of the product and service offered to meet the Government requirement;
(ii) price;


The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.


This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above and all items listed in Attachment 2 (Performance Work Statement).


(x) Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (May 2014). See Attachment 3.


(xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2013), is hereby incorporated by reference, with the same force and effect as if it were given in full text.


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jan 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text.


(xiii) 52.252-1 -- Solicitation Provisions Incorporated by Reference.


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/these address(es):


http://farsite.hill.af.mil/vffara.htm


Additionally, the following clauses and provisions apply to this acquisition:



FAR 52.204-9 Personal Identity Verification of Contractor Personnel Jan 2011
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013
FAR 52.204-13 System for Award Management Maintenance Jul 2013
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Aug 2013
FAR 52.219-1 Small Business Program Representations Apr 2012
FAR 52.219-1 (Alt 1) Small Business Program Representations Alternate I May 2014
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.219-28 Post Award Small Business Program Representation Jul 2013


FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Jan 2014
FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999
FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-36 Affirmative Action for Workers With Disabilities Oct 2010
FAR 52.222-41 Service Contract Labor Standards May 2014
FAR 52.222-50 Combating Trafficking in Persons Feb-2009
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011
FAR 52.225-3 Buy American Act-Free Trade Agreement-Israeli Trade Act May 2014
FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008
FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul 2013
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004
FAR 52.237-1 Site Visit Apr 1984
FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr 1984
FAR 52.247-34 F.O.B. - Destination Nov 1991
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2013
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Mar 2014
DFARS 252.204-7004 Alternate A, System for Award Management Feb 2014
DFARS 252.204-7011 Omnibus Clause: Alternative Line Item Structure Sep 2011
DFARS 252.223-7008 Prohibition of Hexavalent Chromium June 2013
DFARS 252.232-7003 Electronic Submission of payment Requests and receiving reports Jun 2012
DFARS 252.232-7006 Wide Area Workflow Payment Instructions (See Full Text Attachment 3) May 2013
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.243-7001 Pricing of Contract Modifications Dec 1991
AFFARS 5352.201-9101 Ombudsman (See Full Text Attachment 3) Apr 2014
AFFARS 5352.242-9000 Contractor Access To Air Force Installations Nov 2012
DM006 Individual Access to DM with a Criminal Background (See Attachment 3)
DM010 Illegal Immigrants (See Attachment 3)
DM017 DM Marijuana Policy (See Attachment 3)



(xiv) NOTICE TO ALL INTERESTED PARTIES: A Site Visit will be held on Wednesday, 13 December at 10:00AM Arizona Time. This meeting will start at the Craycroft Visitors Center on DMAFB, AZ 85707. Offerors are urged and expected to inspect the site where performance will be held and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Post-Site Visit questions are due in writing NLT Friday, 15 December, 2017 at 10:00AM Arizona Time. Questions shall be submitted to: 355th Contracting Squadron/PK-AMARG, Attn: Breysi Stephens, via e-mail: breysi.stephens@us.af.mil An amendment will be issued addressing all questions received, providing the Government's answers. Quotes are due no later than 10:00AM ArizonaTime on Tuesday, 19 December; quotes shall include the following:


a. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 10 pages.
b. Part 2- Price - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages.
c. Part 3- Representations And Certifications (Reps/Certs) - Submit IAW para (x) above


BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable offer.



DM012
CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS


Atch #: Item Description: Page(s):


1 Pricing Schedule 1
2 Performance Work Statement 8
3 Additional Clauses Incorporated by Full Text 21


Breysi Stephens, Phone 5202283598, Email breysi.stephens@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP