Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

54 -- LRS Modular Building

Notice Date
8/14/2020 1:01:46 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA252120QB100
 
Response Due
8/21/2020 12:00:00 PM
 
Archive Date
09/05/2020
 
Point of Contact
Delvin Talton, Phone: 3214949516, Evan Rauh, Phone: 3214946287
 
E-Mail Address
delvin.talton@us.af.mil, evan.rauh@us.af.mil
(delvin.talton@us.af.mil, evan.rauh@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation 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; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-20-Q-B100 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07; Effective 13 Aug 2020. This is a set-aside for Small Business.� The North American Industry Classification System (NAICS) code for this project is 332311 with a size standard of 750 employees.� The purpose of this combined synopsis and solicitations for a Cargo Deployment Function Trailer. Purchase and delivery of one mobile/modular/container exterior office space that will be utilized as the cargo deployment function for the 45 LRS Air Terminal Bldg 821 and must meet all specifications in the attached Statement of Work. Please see attached: Statement of Work CLIN 0001 � One Moble/modular/container exterior office space in accordance with all specifications in the Statement of Work, 1, Ea Ship to address:� Between Bldg 822 and 821 S. Patrick Drive Patrick AFB, FL 32925 *****Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. 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. ***** *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition and the following addendum applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows:� �The NAICS code and small business size standard for this acquisition appear above.� Paragraph (c) first sentence revised as follows: �The offeror agrees to hold the prices in its offer firm until 30 Sept 20. RFQ due date:�� 21 Aug 2020 RFQ due time: �3:00 P.M. EST Email to: SSgt Delvin Talton���� delvin.talton@us.af.mil SSgt Evan Rauh��������� evan.rauh@us.af.mil Note:� .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 submitted by 2:00 P.M. EST19 Aug 2020 Please provide the following information with your quote: Company Name:____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty:� ________________ FOB (Select):� ____ Destination������������������� _____ Origin Shipping Cost included?� ____ Yes �������������� _____ No All companies must be registered in the System for Award Management at https://beta.sam.gov/ to be considered for award.� The Government will not provide contract financing for this acquisition.� Invoice instruction shall be provided at time of award. *52.209-11 � Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) (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 24months, 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 federal law within the preceding 24 months. (End of provision) �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, products must conform to the above salient characteristics listed and attached Statement of Work.� (2) Price:� Award will be made to the lowest price technically acceptable offeror. Technical acceptability is more important than cost or price.� 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. Place of Manufacture (Mar 2015) (a) Definitions. As used in this clause� (b) �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) Federal Supply Group (FSG) 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) FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), 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. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. This clause incorporates by reference only those clauses required to implement provisions of law or Executive orders applicable to the acquisition of commercial items. The contracting officer shall attach this clause to the solicitation and contract and, using the appropriate clause prescriptions, indicate which, if any, of the additional clauses cited in 52.212-5(b) or (c) are applicable to the specific acquisition. Some of the clauses require fill-in; the fill-in language should be inserted as directed by 52.104(d). When cost information is obtained pursuant to part 15 to establish the reasonableness of prices for commercial items, the contracting officer shall insert the clauses prescribed for this purpose in an addendum to the solicitation and contract. This clause may not be tailored. 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. 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: 52.204-7 - System for Award Management (Oct 18) 52.204-10 � Reporting Executive Compensation and First Tier Subcontract Awards (Oct 18) 52.204-13 - System for Award Management Maintenance (Oct 18) 52.204-16 - Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 - Commercial and Government Entity Code Maintenance (Jul 16) 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 19) 52.204-25 � Prohibition on Contracting for certain Telecommunications and Video Surveillance Services or Equipment (Jul 20) 52.219-6 - Notice of Total Small Business Set-Aside (Nov 11) 52.219-28 � Post Award Small Business Program Rerepresentation (Jul 13) 52.222-3 - Convict Labor (Jun 03) 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jan 20) 52.222-21 - Prohibition of Segregated Facilities (Apr 15) 52.222-26 - Equal Opportunity (Sep 16) 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 14) 52.222-50 - Combating Trafficking in Persons (Jan 19)� 52.222-42 - Statement of Equivalent Rates for Federal Hires (May 14) 52.223-11 - Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 16) 52.225-13 - Restriction on Certain Foreign Purchases (Jun 08) 52.232-29 - Terms for Financing of Purchases of Commercial Items (Feb 02) 52.232-33 - Payment by Electronic Funds Transfer� System for Award Management (Oct 18) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 13) 52.233-3 - Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 52.245-2-Government Property Installation Operation Services (Apr 12) DFARS: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7003 Agency Office of the Inspector General (Aug 2019) *252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) *252.204-7008 Compliance with Safeguarding Defense Information Controls (Oct 16) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information (Oct 16) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 19) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16) *252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation Under Any Federal or State Law (Deviation 2012-0007) (Mar 12) *252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2012-O0004) (Jan 12) 252.211-7003 Item Identification and Valuation (Mar 16) 252.211-7006 Passive Radio Frequency Identification (Dec 2019) 252.211-7008 Use of Government-Assigned Serial Numbers (Sep 10) 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluation (Sep 19) *252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 15) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) *252.225-7000 Buy American Statute�Balance of Payments Program Certificate (Nov 14) 252.225-7001 Buy American and Balance of Payments Program (Dec 17) 252.225-7008 Restriction on Acquisition of Specialty Metals (Mar 13) 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals (Dec 19) *252.225-7010 Commercial Derivative Military Article�Specialty Metals Compliance Certificate (Jul 09) 252.225-7012 Preference for Certain Domestic Commodities (Dec 17) 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (Jun 05) *252.225-7020 Trade Agreements Certificate (Nov 14) 252.225-7021 Trade Agreements (Sep 19) *252.225-7031 Secondary Arab Boycott of Israel (Jun 05) *252.225-7035 Buy American�Free Trade Agreements�Balance of Payments Program Certificate (Nov 14) 252.225-7036 Buy American Act--Free Trade Agreements Balance of Payments Program (Dec 17) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 18) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 18) 252.232-7010 Levies on Contract Payments (Dec 06) 252.239-7018 Supply Chain Risk (Feb 19) 252.243-7002 Requests for Equitable Adjustment (Dec 12) 252.244-7000 Subcontracts for Commercial items (Jun 13) AFFARS: 5352.201-9101-Ombudsman (Oct 19) with the following fill-in: AFICA/OL-SPC, Director of Contracting, 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.223-9001-Health and Safety on Government Installations (Oct 19) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000-Contractor Access to Air Force Installations (Oct 19) The full text of these clauses and provisions may be assessed electronically at the website: https://acquisition.gov.� NOTE:� ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Attachments: Statement of Work
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b889c3b14b5b4f9aaa48157121836ff3/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN05759014-F 20200816/200814230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.