Tractor & Mower Attachment

expired opportunity(Expired)
From: Federal Government(Federal)
FA252122QA026

Basic Details

started - 08 Aug, 2022 (20 months ago)

Start Date

08 Aug, 2022 (20 months ago)
due - 17 Aug, 2022 (20 months ago)

Due Date

17 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
FA252122QA026

Identifier

FA252122QA026
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE AIR FORCE (60450)FA2521 45 CONS LGC (682)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

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.

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 only the solicitation; quotes are being requested and a written solicitation will not be issued.The solicitation number FA252122QA026 is a combined synopsis/solicitation for a commercial end product. This combined synopsis/solicitation is issued as an RFQ in accordance with FAR Part 13. FA252122QA026 shall be used to reference any written quote provided under this request for quote. Please make quote valid for 60 days from submission.This is a set-aside for 100% Small Business.The North American Industry Classification System (NAICS) code for this project is 333111 (Farm Machinery and Equipment Manufacturing) with a size standard of 1,250 employees.Item       Description                                           Qty                  Unit of Issue                 
Total Amount0001     Tractor with Mower Attachment              1                     EA                                  $             and Manufacturer warranty with             extended four (4) year warrantyThe Government intends to issue a firm fixed price (FFP) contract to the responsible offeror whose lowest price and technically acceptable quote conforms to the solicitation. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Only technically acceptable offers which meet salient requirements will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. Include descriptive literature such as illustrations and drawings.Salient Characteristics:Tractor• Without Loader Provision• Tire Size      o Rear Tires 460/85R34 (18.4R34) R1W      o Front Tires 380/85R24 (14.9R24) R1W• Without Creeper Gear• Equipped with Cab/ACS• Max Engine Power 110HP* (KW)• PTO 86 HP @ 2,200 RPM• Intercooled turbocharger• High Pressure Common Rail Direct Fuel Injection (HPCR)• 16 x 16 Dyna-4 Power Shift• Manufacturer warranty with extended four (4) year warrantyBoom Mower Attachment• 22 Foot Rear Cradle Boom – Includes boom, mounting hardware, 4-spool valve, cable controls,transport lock, hydraulic actuator, auxiliary oil cooler, pump & grill guard, Lexan safety glass, andwheel weights• 101 Joystick – Four-Function IBC Proportional Control• Joystick & Valve• 50” Rotary Mower Head• 48-0003 Factory Authorized Mount – Rear Cradle Boom Mowers• Manufacturer warranty with extended four (4) year warrantyShip to address: William Nelson45 CES/CEOHPBldg. 523Patrick SFB, FL 32925Notice to Offeror(s)/Supplier(s): Funds are presently not available for this effort. 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.Note to Offerors: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. Include your GSA contract number for items, as well as expiration date of the contract.GOVERNMENT PRIMARY/ALTERNATE POINTS OF CONTACT (POC's):Natalie Wesely at (321) 494-0449, natalie.wesely@us.af.milRosita Serrano at (321) 494-5231, rosita.serrano.1@spaceforce.mil.RFQ due date: August 17th, 2022RFQ due time: 4:00 P.M. ESTEmail to natalie.wesely@us.af.mil and rosita.serrano.1@spaceforce.milNote: zip files are not an acceptable format for the Air Force Network and will not go through our email system.All questions regarding this solicitation must be emailed to natalie.wesely@us.af.mil by 4:00 P.M. EST August 8th, 2022.Please provide the following information with your quote:RFQ: FA252122QA026Unique Entity ID: Cage Code: Tax ID Number:*Number of Employees_*Total Yearly Revenue_*Information required determining size of business for the NAICS referenced aboveEstimated Delivery Time: Payment Terms:Warranty:FOB (Select): _X_ Destination ___ OriginShipping Cost included? _X_ Yes ___ NoAll companies must be registered in the System for Award Management at https://sam.gov/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instructions shall be provided at time of award.Patrick Space Force Base (PSFB) and Cape Canaveral Space Force Station (CCSFS) Directives:- Must wear seatbelt at all times.- Must possess valid registration and insurance for all vehicles entering installation.- While on Patrick SFB or CCSFS, you are subject to Random Vehicle Inspections.- Do not park in seeded areas (grass).- Adhere to all traffic signs and right-of-way.- Safely move to the side when emergency vehicles are responding with lights and sirens.- No cell phone usage while operating a vehicle on Patrick SFB or on CCSFS.PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation (AFFARS) provisions and clauses apply to this solicitation and are incorporated by full text. The full text can be obtained via the internet at https://www.acquisition.gov.Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror’s submissions will be evaluated based upon the following:(1) Technical: quote must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the salient characteristics listed in the solicitation must be met.(2) Price: Award will be made to the lowest price technically acceptable offer based upon salient characteristics.Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest.FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Items (May 2022), applies to this acquisition and must be completed and sent with the proposal as a separate document. All offerors must be registered in System for Award Management (SAM) at https://sam.gov/ at the time of Quote submittal.FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (May 2022), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government.Note: The vendor acknowledges that should the quote or proposal’s terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract.FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (May 2022). Additionally, the following FAR clauses cited in 52.212-5 are applicable.The following FAR clauses cited in https://www.acquisition.gov are also applicable to this solicitation and are incorporated by reference.52.202-1 Definitions Jun 202052.203-5 Covenant Against Contingent Fees May 201452.203-7 Anti-Kickback Procedures Jun 202052.204-7 System for Award Management Oct 201852.204-9 Personal Identity Verification of Contractor Personnel Jan 201152.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jun 202052.204-13 System for Award Management Maintenance Oct 201852.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation Nov 201552.212-1 Instructions to Offerors – Commercial Products and Commercial Services Nov 202152.215-1 Instructions to Offerors – Competitive Acquisition Nov 202152.219-28 Post-Award Small Business Program Representation Sep 202152.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products Feb 202152.222-22 Previous Contracts and Compliance Reports Feb 199952.222-25 Affirmative Action Compliance Apr 198452.222-36 Equal Opportunity for Workers with Disabilities Jun 202052.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec 201052.222-50 Combating Trafficking in Persons Nov 202152.223-5 Pollution Prevention and Right-to-Know Information May 201152.223-6 Drug-Free Workplace May 200152.223-11 Ozone Depleting Substances and High Global Warming Potential Hydrofluorocarbons Jun 201652.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving Jun 202052.225-3 Buy American Act- Free Trade Agreements- Israeli Trade Act Alternate II Jan 202152.225-13 Restrictions on Certain Foreign Purchases Feb 202152.225-18 Place of Manufacture Aug 2018 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications Jun 202052.232-1 Payments Apr 198452.232-8 Discounts for Prompt Payment Feb 200252.232-23 Assignment Of Claims May 201452.232-25 Prompt Payment Jan 201752.232-33 Payment by Electronic Funds Transfer--System for Award Management Oct 201852.233-1 Disputes May 201452.233-1 Alt I Disputes (Jul 2002) - Alternate I Dec 199152.233-3 Protest After Award Aug 199652.233-4 Applicable Law for Breach of Contract Claim Oct 200452.237-2 Protection Of Government Buildings, Equipment, And Vegetation Apr 198452.243-1 Changes--Fixed Price Aug 198752.244-6 Subcontracts for Commercial Items Jan 202252.246-16 Responsibility for Supplies Apr 198452.247-34 F.O.B. Destination Nov 199152.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) Apr 198452.252-1 Solicitation Provisions Incorporated by Reference Feb 199852.252-2 Clauses Incorporated by Reference Feb 199852.252-3 Alterations in Solicitation Apr 198452.252-4 Alterations in Contract Apr 1984The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference:252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011252.204-7006 Billing Instructions Oct 2005252.204-7008 Compliance with Safeguarding Defense Information Controls Oct 2016252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Dec 2019252.204-7015 Disclosure of Information to Litigation Support Contractors May 2016252.211-7008 Use of Government-Assigned Serial Numbers Sep 2010252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System—Statistical Reporting in Past Performance Evaluation Sep 2019252.223-7008 Prohibition of Hexavalent Chromium Jun 2013252.225-7000 Buy American Statute—Balance of Payments Program Certificate Nov 2014252.225-7001 Buy American and Balance of Payments Program Jun 2022252.225-7016 Restriction On Acquisition Of Ball and Roller Bearings Jun 2011252.225-7031 Secondary Arab Boycott of Israel Jun 2005252.227-7015 Technical Data--Commercial Items Feb 2014252.227-7037 Validation of Restrictive Markings on Technical Data Apr 2022252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Dec 2018252.232-7010 Levies on Contract Payments Dec 2006252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel Jun 2013252.239-7017 Notice of Supply Chain Risk Feb 2019252.239-7018 Supply Chain Risk Feb 2019252.244-7000 Subcontracts For Commercial Items Jan 2021252.246-7003 Notification of Potential Safety Issues Jun 2013252.246-7004 Safety of Facilities, Infrastructure, & Equipment for Military Operations Oct 2010252.247-7023 Transportation of Supplies by Sea Feb 2019252.247-7028 Application for U.S. Government Shipping Documentation/Instructions Jun 2012Full text 252.211-7003 Item Identification and Valuation Mar 2022Full text 252.232-7006 Wide Area Workflow Payment Instructions Dec 2018The following AFFARS clauses are applicable to this solicitation:5352.201-9101 Ombudsman (Oct 2019)\(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, for USSFACQ (United States Space Force) acquisitions (excluding SMC acquisitions) please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location - Space (AFICC/KSOL-SPC) via the following e-mail workflow address: afica.ks.wf@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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)5352.223-9001 Health and Safety on Government Installations. (Oct 2019)5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Oct 2019)PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by full text (provisions and clauses may be obtained via the internet: https://www.acquisition.gov:52.209-11 – Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that--(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.(b) The Offeror represents that—(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.(End of provision)52.219-28 Post-Award Small Business Program Representation (Sep 2021)As prescribed in 19.309(c)(1), insert the following clause:POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)(a) Definitions. As used in this clause—Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.Small business concern—(1) Means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (d) of this clause. Such a concern is “not dominant in its field of operation” when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity.(2) Affiliates, as used in this definition, means business concerns, one of whom directly or indirectly controls or has the power to control the others, or a third party or parties control or have the power to control the others. In determining whether affiliation exists, consideration is given to all appropriate factors including common ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13 CFR 121.103.(b) If the Contractor represented that it was any of the small business concerns identified in 19.000(a)(3) prior to award of this contract, the Contractor shall rerepresent its size and socioeconomic status according to paragraph (f) of this clause or, if applicable, paragraph (h) of this clause, upon occurrence of any of the following:(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.(3) For long-term contracts-(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.(c) If the Contractor represented that it was any of the small business concerns identified in 19.000(a)(3) prior to award of this contract, the Contractor shall rerepresent its size and socioeconomic status according to paragraph (f) of this clause or, if applicable, paragraph (h) of this clause, when the Contracting Officer explicitly requires it for an order issued undera multiple-award contract.(d) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code(s) assigned to this contract. The small business size standard corresponding to this NAICS code(s) can be found at https://www.sba.gov/document/support--table-size-standards.(e) The small business size standard for a Contractor providing an end item that it does not manufacture, process, or produce itself, for a contract other than a construction or service contract, is 500 employees if the acquisition—(1) Was set aside for small business and has a value above the simplified acquisition threshold;(2) Used the HUBZone price evaluation preference regardless of dollar value, unless the Contractor waived the price evaluation preference; or(3) Was an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.(f) Except as provided in paragraph (h) of this clause, the Contractor shall make the representation(s) required by paragraph (b) and (c) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause, or with its offer for an order (see paragraph (c) of this clause), that the data have been validated or updated, and provide the date of the validation or update.(g) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (f) or (h) of this clause.(h) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:(1) The Contractor represents that it □ is, □ is not a small business concern under NAICS Code 333415 assigned to contract number _____.(2) [ Complete only if the Contractor represented itself as a small business concern in paragraph (h)(1) of this clause.] The Contractor represents that it □ is, □ is not, a small disadvantaged business concern as defined in 13 CFR 124.1002.(3) [ Complete only if the Contractor represented itself as a small business concern in paragraph (h)(1) of this clause. ] The Contractor represents that it □ is, □ is not a women-owned small business concern.(4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the Contractor represented itself as a women-owned small business concern in paragraph (h)(3) of this clause.] The Contractor represents that—(i) It □ is, □ is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and(ii) It □ is, □ is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (h)(4)(i) of this clause is accurate for each WOSB concern eligible under the WOSB Program participating in the jointventure. [ The Contractor shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation.(5) Economically disadvantaged women-owned small business (EDWOSB) concern.[Complete only if the Contractor represented itself as a women-owned small business concern eligible under the WOSB Program in (h)(4) of this clause. ] The Contractor represents that—(i) It □ is, □ is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and(ii) It □ is, □ is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (h)(5)(i) of this clause is accurate for each EDWOSB concern participating in the joint venture. [ The Contractor shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: . ] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.(6) [ Complete only if the Contractor represented itself as a small business concern in paragraph (h)(1) of this clause. ] The Contractor represents that it □ is, □ is not a veteran-owned small business concern.(7) [ Complete only if the Contractor represented itself as a veteran-owned small business concern in paragraph (h)(6) of this clause.] The Contractor represents that it □ is, □ is not a service-disabled veteran-owned small business concern.(8) [ Complete only if the Contractor represented itself as a small business concern in paragraph (h)(1) of this clause. ] The Contractor represents that—(i) It □ is, □ is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership andcontrol, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and(ii) It □ is, □ is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (h)(8)(i) of this clause is accurate for each HUBZone small business concern participating in the HUBZone jointventure. [The Contractor shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: _.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.[Contractor to sign and date and insert authorized signer's name and title.](End of clause)52.225-18 – Place of Manufacture (Aug 2018)(a) Definitions. As used in this clause—“Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000- 9999, except—(1) FSC 5510, Lumber and Related Basic Wood Materials;(2) Product or Service Group (PSG) 87, Agricultural Supplies;(3) FSG 88, Live Animals;(4) FSG 89, Food and Related Consumables;(5) FSC 9410, Crude Grades of Plant Materials;(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;(8) FSC 9610, Ores;(9) FSC 9620, Minerals, Natural and Synthetic; and(10) FSC 9630, Additive Metal Materials.“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly—(1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or(2) [ ] Outside the United States.(End of provision)52.252-1 --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 address:https://www.acquisition.gov(End of Provision)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 address:https://www.acquisition.gov (End of clause)52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.(b) The use in this solicitation or contract of any DFAR (48 CFR CHAPTER 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.(End of clause)The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorporated in full text:5352.242-9000 Contractor Access to Air Force Installations (Oct 2019)1. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. Driver’s licenses or state-issued identification cards from Minnesota, Missouri, Washington or America Samoa will need an additional form of an approved ID card. Examples of an approved ID card are: U.S. Passport, U.S. Passport Card, Permanent Resident Card/Alien Registration Receipt Card, and identification card issued by Federal, State, or local government agencies, provided it contains a photograph and biographic information such as name, date of birth, gender, height, eye color, and address. Questions can be addressed to the Patrick AFB Visitor’s Center at 321- 494-0427, or to the Cape Canaveral Air Force Station Visitor’s Center at 321-853-5261.(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management.(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.(f) Failure to comply with these requirements may result in withholding of final payment.2. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS - ADDITIONAL REQUIREMENTS(a) Contractors must have an approved request letter on file at Security Forces with employees name and the required data.(b) Subcontracts: The contractor shall include this Special Contract Requirement in subcontracts of any tier.(c) Unescorted Access to Installations:(1) To request access to Patrick SFB, prior to their proposed business or contract requirements, all contractor personnel shall provide a current completed SFS Credential Request Form, scanned copy of Driver’s License, Passport style photo of individual against a blank wall, and confirmation number at the end of pre-enrollment.(2) To request access to Cape Canaveral SFS, prior to their proposed business or contract requirements, all contractor personnel shall provide a current completed “CCSFS Badging Request Form”.(3) Contractor personnel must complete and sign the applicable form cited above before the required background check (see d. and e. below) can be performed.(d) All personnel entering Patrick SFB and Cape Canaveral SFS must provide two forms of identification (one must be a photo ID) as required by AFI 10-245, and have a background check.(1) For unescorted entry into non-restricted areas of the installations, personnel must obtain, from AF security personnel, favorable National Criminal Information Center (NCIC) check, and have complete social security employment verifications prior to being issued badges (to include temporary passes.(2) Prior to being issued restricted area badges for unescorted entry into restricted areas of the installations, U.S. citizens working as contractor employees must obtain a favorable National Agency Check (NAC).(3) All required information shall be provided to support background checks, and citizenship verification (i.e., birth certificate, passport, voter registration card, resident alien card, or certificate of naturalization).(e) Escorted Access-Temporary Passes: Personnel may receive a temporary pass, Air Force Form 75/Visitor and Vehicle Pass, for no more than 30 total days in one 365 day period. This pass is issued without a criminal background check, but requires a Wants & Warrants check. Persons with temporary passes receive escorted access rights only, i. e.; they must be escorted at all times by an escort official. Escorted personnel must be with their escort official (the escort official must be in plain view) at all times while on the installation.(f) Personnel Background Checks(1) The 45th Security Forces will conduct the background check at no cost to the applicant. Refusal to submit to the background check will result in denial of access. Applicants shall be denied installation access based on an arrest record including, but not limited to the following crimes:(i) Murder(ii) Manslaughter(iii) Rape(iv) Aggravated Assault (v) Burglary(vi) Arson(vii) Other forms of Sexual Assaults (lewd, malicious acts to a child, etc.)(viii) Any other felony(ix) Outstanding warrants(x) Misdemeanor convictions less that 5-year involving moral turpitude offenses (theft, worthless checks, etc.)(xi) FBI Terrorist Watch List(2) Individuals who do not meet the criteria for unescorted base access may still be granted escorted access on a case-by-case basis. The determination will be made based on the results of the background investigation, totality of the criminal record and the types of crime reported.(3) Individuals may appeal denial of escorted/unescorted installation access through the Security Forces. It shall be the responsibility of the applicant who is denied access to submit supporting documents such as court, police or arrest records, evidence of community involvement, letters of recommendation to the denial authority for reconsideration.(4) For the purposes of this policy, convictions are considered to include the following: Guilty verdicts or a Nolo Contendere plea, disposition of cases resulting in deferred adjudication or pretrial diversion and expunged offenses resulting in convictions of crimes enumerated in subparagraph (e)(1) above.(5) Contractors should allow 14 days for background checks to be finalized. The contractor should provide the required form (see c. above) for each of its personnel to the government 14 days before the contract start date whenever possible. Background checks cannot be performed from only a list of names.(g) The Government will not be held responsible for contractual impacts or delays caused by the contractor’s failure to take prompt action in providing the required information and documentation to obtain access to Patrick SFB and Cape Canaveral SFS.(End of clause)

Patrick AFB ,
 FL  32925  USALocation

Place Of Performance : N/A

Country : United StatesState : FloridaCity : Patrick Space Force Base

You may also like

Supply and Delivery of Kubota L47 Tractor with Loader and Backhoe

Due: 07 May, 2024 (in 8 days)Agency: Niagara Peninsula Conservation

MN-AGASSIZ NWR-FIRE BIL-BAT WING MOWER

Due: 22 Aug, 2024 (in 3 months)Agency: U.S. FISH AND WILDLIFE SERVICE

Mower Attachments, Boom Mowers & Zero Turn Mowers

Due: 31 Mar, 2025 (in 11 months)Agency: Co-ops DOT-Dept of Transportation State Agencies

Please Sign In to see more like these.

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

Classification

naicsCode 333111Farm Machinery and Equipment Manufacturing
pscCode 2420Tractors, Wheeled