Head Assembly

expired opportunity(Expired)
From: Federal Government(Federal)
F1D3498170AW02

Basic Details

started - 06 Aug, 2018 (about 5 years ago)

Start Date

06 Aug, 2018 (about 5 years ago)
due - 05 Sep, 2018 (about 5 years ago)

Due Date

05 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
F1D3498170AW02

Identifier

F1D3498170AW02
Department of the Air Force

Customer / Agency

Department of the Air Force
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Head Assembly for the 11th LRS 6 August 20181. SolicitationThis 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; proposals are being requested and a written solicitation will not be issued.Solicitation number F1D3498170AW02 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. All responsible sources may submit an offer to be considered by the agency.2. Acquisition DetailsThis requirement is a 100% Small-Business set-aside. "This is a brand name or equal requirement; any item with the same salient physical, functional, and performance characteristics
of the brand name item will be accepted. If providing an equivalent item, interested parties must submit clear and convincing documentation that the submitted model is, in fact, an equal item. An item will be deemed an equal item if it has all the characteristics listed under CLIN 0001 below. For further details on evaluation procedures, refer to FAR clause 52.212-2 "Evaluation - Commercial Items" located below in this solicitation. The North American Industry Classification System (NAICS) code is 811121 ("Automotive Body, Paint and Interior Repair and Maintenance"), and the business size standard is 15M dollars.3. The Government will award a firm fixed price contract for Head Assembly 23430 - Part Number 219870 for the 11th Wing Logistics Readiness Squadron (LRS) at Joint Base Andrews. The following items are being procured:  Minimum Salient Characteristics:CLINDescriptionQuantityUnit PriceTotal Price0001Head Assembly 23430 - Part Number 2198704Each 4. Delivery InformationFOB: DestinationDelivery date: 30 days after date of contract.Delivery address: Joint Base Andrews MD 20762Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract5. Clauses & ProvisionsIt is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/.The following provisions are applicable:52.212-1 - Instructions to Offerors - Commercial (Jul 2013)52.211-6 - Brand Name or Equal52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. To be acceptable, the offer must meet the salient characteristics and conform to the specifications described herein. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration.52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998).The following clauses are applicable:52.204-7 - System for Award Management Registration Deviation (Jul 2013)52.211-17 - Delivery of Excess Quantities (Sep 1989);52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2014);52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2014) Alternate I (DEVIATION) (Feb 2000);52.219-18 - Notification of Competition Limited to Eligible 8(a) Concerns52.222-3 - Convict Labor (Jun 2003);52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010);52.222-21 - Prohibition of Segregated Facilities (Feb 1999);52.222-50 - Combating Trafficking in Persons (Mar 2015);52.223-6 - Drug-Free Workplace (May 2001);52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011);52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008);52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997);52.232-23 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013);52.233-3 - Protest After Award (Aug 1996);52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004);52.252-2 - Clauses Incorporated by Reference (Feb 1998);52.252-6 - Authorized Deviations in Clauses (Feb 1998);252.204-7004 - Alternate A, System for Award Management (May 2013);252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable;252.223-7004 - Drug-Free Work Force (September 1988);252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012);252.232-7006 - Wide Area Workflow Payment Instructions (May 2013);5352.201-9101 OMBUDSMAN (JUN 2016)(a) An ombudsman has been appointed to hear and facilitate the resolution ofconcerns from offerors, potential offerors, and others for this acquisition.When requested, the ombudsman will maintain strict confidentiality as to thesource of the concern. The existence of the ombudsman does not affect theauthority of the program manager, contracting officer, or source selectionofficial. Further, the ombudsman does not participate in the evaluation ofproposals, the source selection process, or the adjudication of protests orformal contract disputes. The ombudsman may refer the interested party toanother official who can resolve the concern.(b) Before consulting with an ombudsman, interested parties must firstaddress their concerns, issues, disagreements, and/or recommendations to thecontracting officer for resolution. Consulting an ombudsman does not alteror postpone the timelines for any other processes (e.g., agency level bidprotests, GAO bid protests, requests for debriefings, employee-employeractions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, the interestedparty may contact the AFDW/PK Ombudsman; Primary: MaryKathryn S. Robinson,marykathryn.s.robinson.civ@mail.mil, (240)612-6112, 1500 West Perimeter Rd,Suite 5750, Joint Base Andrews, Maryland, 20762. Concerns, issues,disagreements, and recommendations that cannot be resolved at theCenter/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by theinterested party for further consideration to the Air Force ombudsman,Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 AirForce 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 theagency.(e) Do not contact the ombudsman to request copies of the solicitation,verify offer due date, or clarify technical requirements. Such inquiriesshall be directed to the Contracting Officer.(End of clause)5. The contracting office address is as follows:11th Contracting Squadron1349 Lutman DriveAndrews AFB, MD 207626. All proposals must be sent via e-mail to Juanita Hunt at juanita.t.hunt.civl@mail.mil. Proposals shall be submitted no later than 10:00 AM EST, 5 September 2018 . Questions shall be submitted no later than 12:00 PM EST, 16 August 2018. The responses will be posted to all inquiries by 22 August 2018, 12:00 PM EST.7. The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse or offeror any costs incurred in preparation of this quote.Contact Information: Justin M. Reffit, Contracting Specialist, Phone 240-612-5633, Email justin.m.reffit.mil@mail.mil - JUANITA HUNT, 52 TON AIR COOLED SCROLL, Phone 2406125657, Email juanita.t.hunt.civ@mail.mil Office Address :1349 Lutman Drive Joint Base Andrews MD 20762-6500 Location: 11th Contracting Squadron Set Aside: Total Small Business

1349 Lutman DriveJB Andrews, MDLocation

Address: 1349 Lutman DriveJB Andrews, MD

Country : United StatesState : Maryland

Classification

NAISC: 811121 GSA CLASS CODE: 29