Combine Solicitation – Air Traffic Control Tower Light Guns
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Air Traffic Control Tower Light Guns
Classification Code: 17 - Aircraft launching, landing & ground handling equipment
Solicitation Number: FA4686-14-T-0048
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): 7550 Arnold AveBldg. 11103
Place of Performance (zipcode): 95903
Place of Performance Country: US
Description:
Air Combat Command
9 CONS
Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c))
Requirement: FA4686-14-T-0048
(i) 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 requested and a written solicitation will not be issued.
(ii) This solicitation/synopsis reference number is FA4686-14-T-0048 and is being issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular
(iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 334511 with a 750 employees.
(v) Contractors shall submit a lump sum quote and fill out the attached RFQ information (with the break-out of
(vi) Requirements for two Tower Light Guns and Charger on
(viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial
(ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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: Lowest price, Technically Acceptable. 1. Technical capability of the item offered to meet the Government requirement. 2. Price - The Government will evaluate the total price of the offer for the award purposes for best value per IAW FAR Part 13.
(x) All offerors shall include a completed copy of FAR 52.212-3, if the offeror has completed the annual representation and certifications electronically via http://www.acquisition.gov at the System of Award Management (SAM) website.
(xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition.
(xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (
(xiii) The following additional clauses are applicable to this procurement.
* FAR 52.202-1, Definitions * FAR 52.203-5, Covenant Against Contingent Fees * FAR 52.203-6, Restrictions on Subcontractor Sales to the Government * FAR 52.203-7, Anti-Kickback Procedures * FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights * FAR 52.216-24, Limitation of Government Liability * FAR 52.216-252, Contract Definitization * FAR 52.219-3, Notice of Total HUBZone Set-Aside * FAR 52.219-6, Notice of Total Small Business Set-Aside * FAR 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside * FAR 52.219-28, Post Award Small Business Representation * FAR 52.223-5, Pollution Prevention and Right-to-Know Information. (a) Definitions. As used in this clause-"Toxic chemical" means a chemical or chemical category in listed in 40 CFR 372.65. (b) Federal facilities are required to comply with the provisions of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11001-11050), and the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13101-13109). (c) The Contractor shall provide all information needed by the Federal facility to comply with the following: (1) The emergency planning reporting requirements of Section 302 of EPCRA. (2) The emergency notice requirements of Section 304 of EPCRA (3) The list of Material Safety Data Sheets required by Section 311 of EPCRA (4) The emergency and hazardous chemical inventory forms of Section 312 of EPCRA (5) The toxic chemical release inventory of Section 313 of EPCRA, which includes the reduction and recycling information required by Section 6607 of PPA (6) The toxic chemical and hazardous substance release and use reduction goals of section 2(e) of Executive Order 13423 and of Executive Order 13514.
* FAR 52.223-5, Alternate I (
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Inspector/Acceptor: [email protected] Contracting Specialist: [email protected] Contracting Officer: [email protected] (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. "Not Applicable" (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. * DFARS 252.246-7000, Material Inspection And Receiving Report * AFFARS 5352.223-9001, Health and Safety on Government Installations, (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. * AAFARS 5352.242-9000, 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
Link/URL: https://www.fbo.gov/spg/USAF/ACC/9CONS/FA4686-14-T-0048/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 2569 |
Amendment to Combined Synopsis/Solicitation – CGC GASCONADE: LEAD-BASED PAINT AND ASBESTOS ABATEMENT& ELECTRICAL CABLE RENEWAL
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News