Submit written offers IAW CLIN structure outlined in announcement. A quote template sheet has been provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 and DFARS DPN 20180629. North American Industrial Classification Standard (NAICS) 335312 and Size Standard of1,250 employees apply to this procurement.
Purchase Request #: F4D1F38204AC01
Project Title: SMF 30kW Generators
1. Quotes should conform to the CLIN structure as established in the RFQ Template, Attachment 1.
2. Quotes shall be valid through 10/1/2018.
3. Please see attached documents for detailed description of requirements.
4. All questions or comments must be provided to the Contract Specialist (CS) and Contracting Officer (CO) in writing via email NLT COB Monday, 20 August 2018. Answers will be posted on or about Tuesday, 21 August 2018. Telephone and other means of oral communication will not be permitted.
5. Quotes must be sent to Contract Specialist SrA John E. Cruz, [email protected] and the Contracting Officer Kari D. Hughes, [email protected] no later than Friday, 24 August 2018, 2:00 PM PST.
The contract will be Firm Fixed Price with the CLIN structure reflected below.
The following clauses are incorporated by reference in the final award:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-10 Reporting Executive Compensation and Firt-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.209-6 Protecting the Government's Interest When Subcontraing with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting With Inverted Domestic Corporation
52.212-4 Contract Terms and Conditions-Commercial Items
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor - Cooperation With Authorities and Remedies
52.222-21 Prohibition of Segregated Facility
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combat Trafficking in Persons
52.223-11 Ozone-Depleting Substances and High Global Warmin gPotential Hydrofluorocabons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7006 Billing Instructions
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.225-7001 Buy American Act & Balance of Payments
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea
252.247-7024 Notification of Transportation of Supplies by Sea
The following clauses are incorporated by full text in the final award:
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders
Fill-in text:
(xii) X (A)
N/A (B)
52.252-2 Clauses Incorporated by Reference
Fill-in Text:
http://farsite.hill.af.mil/
52.252-6 Authorized Deviations in Clauses
(b) Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)
252.211-7003 Item Identification and valuation (Auth. 211.274-6 (a)(1))
Fill-in Text:
(c)(1)(ii): 30kW Generator
252.232-7006 Wide Area Workflow Instructions
5352.201-9101 Ombudsman
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances
The following provisions are incorporated by reference in this solicitation:
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.204-22 Alternative Line Item Proposal
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors - Commercial Items
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
The following provisions are incorporated by full text in this solicitation:
52.212-2 Evaluation - Commercial Items
Fill-in Text:
(a): Lowest Price Technically Acceptable (LPTA)
52.212-3, Alt I Offerors Representations & Certifications - Commercial Items
52.252-1 Solicitation Provisions Incorporated by Reference
Fill-in Text:
http://farsite.hill.af.mil/
52.252-5 Authorized Deviations in Provisions
Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award.
Kari D. Hughes
Contracting Officer