COMBINED SYNOPSIS/SOLICIATION ‘COMBO':
Industrial Sealer
(i) This is a combined synopsis/solicitation for 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 FA5000-19-Q-A022 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 (FAC) 2019-02TA, effective 6 May 2019. The DFARS provisions and clauses are those in effect to DPN 20190215, effective 15 Feb 2018. The AFFARS provisions and clauses are those in effect to AFAC 2018-0525, effective 25 May 2018.
(iv) This requirement is solicited under a 100% Total Small Business Set-Aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 333993 Packaging Machinery Manufacturing, with a small business size standard of 500 employees.
(v) The Pricing Schedule is incorporated as Attachment 1. Vendors 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:
See Attachment 1: Pricing Schedule
(vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to:
Joint Base Elmendorf-Richardson, AK 99506
(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2018) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:
1. To assure timely and equitable evaluation of the proposal, the vendors 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:
a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative.
b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information
3. Award will be made to the vendor whose quote 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 in Attachment 1 and Attachment 2. Price and technical acceptability will be considered.
(ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below:
(a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
(i) Technical acceptability
(ii) Price
(b) Basis of Award Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting all of the following criteria:
Minimum Qualifications: The contractor is responsible for providing a completed Attachment 1 along with product data on the item(s) being quoted. The product data must be detailed enough for the Government to clearly determine that the item(s) meet the salient characteristics listed in Attachment 2. Any contractor that does not provide product data that is detailed enough to determine that the item(s) meet the requirements in Attachment 2 may be deemed ineligible for award (see Attachment 1).
(d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
(x) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Oct 2018), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018), 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 2019), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition:
Other Provisions & Clauses Incorporated by Reference are as follows:
FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Dec 2014
FAR 52.219-28 Post-Award Small Business Program Rerepresentation 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 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-36 Equal Opportunity for Workers With Disabilities Jul 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 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008
FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004
DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Sep 2011
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013
DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials Nov 2011
DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. Feb 2015
DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Feb 2015
DFARS 252.204-7011 Alternative Line Item Structure Sep 2011
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors Feb 2014
DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law May 2014
DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2013
DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013
DFARS 252.225-7000 Buy American--Balance of Payments Program Jan 2014
DFARS 252.225-7001 Buy American and Balance of Payments Program Dec 2012
DFARS 252.225-7012 Preference for Certain Domestic Commodities Feb 2013
DFARS 252.225-7048 Export-Controlled Items Jun 2013
DFARS 252.227-7015 Technical Data-Commercial Items Feb 2014
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012
DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.243-7002 Requests for Equitable Adjustment Dec 2012
DFARS 252.244-7000 Subcontracts for Commercial Items Jun 2013
DFARS 252.247-7022 Representation of Extent of Transportation by Sea Aug 1992
DFARS 252.247-7023 Transportation of Supplies by Sea--Basic Apr 2014
DFARS 252.247-7026 Evaluation Preference for Use of Domestic Shipyards - Applicable to Acquisition of Carriage by Vessel for DoD Cargo in the Coastwise or Noncontiguous Trade Nov 2008
AFFARS 5352.242-9000 Contractor Access to Air Force Installations Nov 2012
Other Provisions & Clauses Incorporated by Full-Text are as follows:
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/these address(es):
http://farsite.hill.af.mil/
(End of Clause)
AFFARS 5352.201-9101, OMBUDSMAN (Apr 2014) (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:
CMSgt Gene L. Eastman
25 E. Street, Suite D-306
JBPH-H, HI 96853-5427
Phone: (808) 449-8569
Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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.
(End of Clause)
(xiii) No additional contract requirements or terms and conditions apply to this acquisition.
(xiv) No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition.
(xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to: 673d Contracting Squadron PKC, Attn: Clayton Hill, via e-mail: Clayton.Hill.1@us.af.mil or by fax, 907-552-0544. E-mail is preferred. Please forward all questions to Clayton Hill, at Clayton.Hill.1@us.af.mil no later than 12:00 p.m. Alaska Daylight Savings Time (ADST) on 02 June 2019. A site visit will not be conducted for this requirement. An amendment will be issued answering all questions received, providing the Government's answers, as needed. Quotes are due no later than 12:00 p.m. Alaska Daylight Savings Time (ADST) on 05 June 2019.
(xvi) Quotations shall be submitted to: 673d Contracting Squadron PKC, Attn: Clayton Hill, e-mail: Clayton.Hill.1@us.af.mil or via fax to (907)-552-0544. Email is preferred. For information regarding this solicitation, contact Clayton Hill, at Clayton.Hill.1@us.af.mil or at 907-552-0544.
Nicholas D. Parsons
Contracting Officer
List of Attachments:
Description
• Attachment 1: Pricing Schedule
• Attachment 2: Salient Characteristics
Clayton R. Hill, Contract Specialist, Phone 9075520544, Email clayton.hill.1@us.af.mil - Nicholas D Parsons, Contracting Officer, Phone 907-552-3969, Email nicholas.parsons.2@us.af.mil