Amendment to Combined Synopsis/Solicitation – Hanel Rotomat and SpaveSaver Storage System or Equal
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address:
Subject: Hanel Rotomat and SpaveSaver Storage System or Equal
Classification Code: 74 - Office machines, text processing systems & visible record equipment
Solicitation Number: FA8601-17-T-0011
Contact: Mikinee M. Moses, Phone 9375224632, Email [email protected]
Setaside: N/AN/A
Place of Performance (address): Medical Materiel Bldg 830 Area A
Place of Performance (zipcode): 45433
Place of Performance Country: US
Description:
Air Force Materiel Command
AFLCMC/PZIO - WPAFB
NOTE: This amendment revises the time of the site visit from
1. Conforms to the requirements of the solicitation. 2. That receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. That submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable.
Submittal of quotes in response to this solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the
The solicitation number for this requirement is FA8601-17-T-0011 and is hereby issued as a Request for Quotes (RFQ) using FAR subpart 12, Acquistion of Commerical Items and FAR Subpart 13, Simplified Acquisition Procedures.
NAICS Code: 337214: Office Furntiure (expect wood) Manufacturing
Business Size Standard: 1000 Employees
Acceptable means of Submission: All submissions must be submitted electronically to the following email address [email protected] by
Any correspondence sent via e-mail must contain the subject line "FA8601-17-T-0011 "Hanel Rotomat and SpaceSaver Storage System or Equal" The entire proposal must be contained in a single e-mail, unless otherwise approved and that does not exceed 5 megabytes including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at
This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-95, effective
Period of Performance: 10 weeks after award of contract
Place of Performance: Medical Materiel Attn: TSgt Blevins 88MDS/SGSM Bldg 830 Area A
Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.
Requirement:
1. Hanel Rotomat and SpaceSaver Storage Systems or equal (see attachment: SOW).
2. The Government intends to conduct a site visit for the benefit of interested vendors as shown below. Date:
The anticipated award is Firm-Fixed Price-Best Value.
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. Technical Capability and Price will be used to evaluate all offers.
The quotations may be in any format but MUST include:
1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Timeframe that the quote is valid 5. Individual item price 6. Total price including shipping (Net 30), No Progress Payments 7. Shipping (FOB Destination) 8. Delivery Schedule 9. Completed copy of FAR 52.212-3 Alternate I (attached) 10. Completed copy of FAR 52.222-22 and FAR 52.222-25 (attached) 11. Completed copy of DFAR 252.209-7991(attached)
Important Notice to Contractors: Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation.
Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under
The following provisions are incorporated into this solicitation by reference:
FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.212-1, Instructions to Offerors DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safegaurding Covered Defense Information Controls (DEVIATION 2016-O0001) DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.225-7000, Buy American--Balance of Payments Program Certificate DFARS 252.225-7050, Disclousre of Ownership or Control by the Government of a Country that is a State Sponor of Terrorism
The following provisions are incorporated into this solicitation by full text:
FAR 52.212-3, Alt 1, Representations and Certifications (Attached) FAR 52.222-22, Previous Contracts and Compliance Reports (Attached) FAR 52.222-25, Affirmative Action Compliance (Attached) DFARS 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations (Attached)
FAR 52.252-1,
FAR 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (a) The use in this solicitation of any Federal Acquisition Regulation (48
The following clauses are incorporated into this solicitation by reference: FAR 52.203-3, Gratuities FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-13, System of Award Management Maintenance FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.212-4, Contract Terms and Conditions FAR 52.229-3, Federal, State, and Local Taxes FAR 52.228-5, Insurance - Wrok on a Government Installation FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.242-13, Bankruptcy DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2017-O0001) (
The following clauses are incorporated into this solicitation by full text: 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (
(3) 52.233-3, Protest After Award (
(4) 52.233-4, Applicable Law for Breach of Contract Claim (
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
____ (2) 52.203-13,
____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (
X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (
X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (
____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
____ (10) [Reserved]
____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
____ (13) [Reserved]
____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (
____ (ii) Alternate I (NOV 2011).
____ (iii) Alternate II (NOV 2011).
____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (
____ (ii) Alternate I (
____ (iii) Alternate II (
X (16) 52.219-8, Utilization of Small Business Concerns (
____ (17)(i) 52.219-9, Small Business Subcontracting Plan (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (18) 52.219-13, Notice of Set-Aside of Orders (
X (19) 52.219-14, Limitations on Subcontracting (
____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (
____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
X (22) 52.219-28, Post Award Small Business Program Rerepresentation (
____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (
X (25) 52.222-3, Convict Labor (
X (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (
X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
X (28) 52.222-26, Equal Opportunity (
X (29) 52.222-35, Equal Opportunity for Veterans (
X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
X (31) 52.222-37, Employment Reports on Veterans (
X (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
X (33)(i) 52.222-50, Combating Trafficking in Persons (
____ (ii) Alternate I (
____ (34) 52.222-54, Employment Eligibility Verification (
____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (
____ (ii) Alternate I (
____ (36) (i) 52.223-13, Acquisition of EPEAT(R) Registered Imaging Equipment (
____ (ii) Alternate I (
____ (37)(i) 52.223-14, Acquisition of EPEAT(R) Registered Televisions (
____ (ii) Alternate I (
____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (
____ (39)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (
____ (ii) Alternate I (
X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
____ (41) 52.225-1, Buy American'upplies (
____(42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (43) 52.225-5, Trade Agreements (
X (44) 52.225-13, Restrictions on Certain Foreign Purchases (
____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (
____ (49) 52.232-30, Installment Payments for Commercial Items (
X (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (
____ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (
____ (52) 52.232-36, Payment by Third Party (
____ (53) 52.239-1, Privacy or Security Safeguards (
____ (54)(i) 52.247-64, Preference for Privately Owned
____ (ii) Alternate I (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
_____(1) 52.222-17,
_____ (2) 52.222-41, Service Contract Labor Standards (
_____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
_____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (
_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (
_____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
_____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (
` _____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
_____ (10) 52.237-11, Accepting and Dispensing of
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation.
(1) The Comptroller General of
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13,
(ii) 52.219-8, Utilization of Small Business Concerns (
(iii) 52.222-17,
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (
(vi) 52.222-35, Equal Opportunity for Veterans (
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (
_____ (B) Alternate I (
(xv)52.222-55, Minimum Wages Under Executive Order 13658 (
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
FAR 52.252-2,
FAR 52.252-6, Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48
The following AFFARS clauses are incorporated into this solicitation by full text: 5352.201-9101, OMBUDSMAN (
(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, concerned parties may contact the Center/MAJCOM Ombudsmen,
Primary: Lt Col
Alternate: Ms.
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
(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)
AFFARS 5352.223-9000- Elimination of Use of Class I Ozone Depleting Substances (ODS) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of
Invoice and Receiving Report (Combo)
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
Inspection: Government, Acceptance: Government, FOB Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* --------------------------------------------------------------------------------------------
Acceptor: TSgt Jacleen Blevins, [email protected] Contracting Officer:
TSgt Jacleen Blevins, [email protected]
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)
Additional Instructions: IMPORTANT NOTICE TO: ALL CONTRACTORS WORKING ON
Delivery Instructions: All vehicles larger than a large pick-up truck are required to be inspected by the Wright-Patterson Air Force Base Commercial Vehicle Delivery Gate (CVDG) prior to entering the installation. Vehicles to be inspected include, but are not limited to, the following: 1. Step van/panel truck 2. Tractor/trailer, box and flat bed containing cargo 3. Tanker trucks 4. Box trucks 5. Tour buses 6. Garbage/recycled waste trucks 7. Concrete trucks/mixers, dump trucks 8. Cranes, recreational vehicles, petroleum tanker This inspection will be conducted at Gate 16A located off
Attachments: 1. FAR 52.212-3(b) Alt I 2. FAR 52.222-22 and FAR 52.222-25 3. DFARS 252.209-7991 4. SOW
Please direct all questions to SSgt Mikinee M. Moses, [email protected].
Link/URL: https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-17-T-0011/listing.html
Combine Solicitation – 65– Gastrointestinal Endoscopes and Bronchoscopes (Brand name or equal)
Jackson National Reports Record 2016 Financial Results
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News