Federal Bid

Last Updated on 07 Aug 2020 at 2 PM
Combined Synopsis/Solicitation
Jackson Mississippi

C-17 Ultrasonic Wheel Cleaner

Solicitation ID W50S7H20R0002
Posted Date 07 Aug 2020 at 2 PM
Archive Date 04 Sep 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nh Uspfo Activity Msang 172
Agency Department Of Defense
Location Jackson Mississippi United states 39232

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W50S7H20R0002 is being issued as a Request for Quote (RFQ) as a TOTAL SMALL BUSINESS SET-ASIDE. This requirement is under NAICS 331221 with a size standard of 750 employees. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06, effective 05 June 2020 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20200605 dated 05 June 2020. It is the contractors' responsibility to be familiar with applicable clauses and provisions.

The 172d Airlift Wing, Base Contracting Office, Jackson, MS intends to issue a contract for the following items: Ultra Sonic Wheel Cleaner in accordance with the Description of Requirement. The selected vendor shall provide all materials, labor, transportation and technical expertise necessary to complete this requirement.

Attachment 1 – Description of Requirement – Dated 28 July 2020

Attachment 2 – CLIN Pricing Sheet

                                                                                                           

Period of Performance: Shall be 30 Days after receipt of award. If the delivery is anticipated to exceed 30 days AOR please specify the delivery schedule.

Basis of Award: A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, Evaluation will be in accordance with FAR 13.106-1 and is based on Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration; To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Proposals shall include: (1) completion of Attachment 2 CLIN Pricing Sheet and (2) detailed description of items being offered in accordance with the Description of Requirement and (3) Past Performance of previous sales, relevant to the items being solicited.

This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. The Government intends to make a single award.

52.232-18 -- Availability of funds. The Government's commitment under this request is contingent upon the availability of appropriated funds. The government will not make an award until funding becomes available. Quotes must be valid for a minimum 60 day period.

Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov . Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor.

Deadline for receipt of your quote is established for no later than 2:00 P.M. CDT, Thursday, August 20, 2020. Please email quote to [email protected] and [email protected]

SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/.

The following FAR and DFARS provisions and clauses apply to this solicitation:

FAR 52.204-7, System for Award Management

FAR 52.204-8, Annual Representations and Certifications

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

FAR 52.204-13, System for Award Management Maintenance

FAR 52.204-16, Commercial and Government Entity Code reporting

FAR 52.204-18, Commercial and Government Entity Code Maintenance

FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems

FAR 52.204-22, Alternative Line Item Proposal

FAR 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

FAR 52.212-1, Instructions to Offerors, Commercial Items

FAR 52.212-3, Offeror Representations and Certifications—Commercial Items

FAR 52.212-4, Contract Terms and Conditions – Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition, and these additional FAR clauses cited in the clause are applicable to the acquisition:

52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Standards

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

52.219-28, Post Award Small Business Program Rerepresentation

52.222-3, Convict Labor

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-36, Equal Opportunity for Workers with Disabilities

52.222-50, Combating Trafficking in Persons

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

52.233-3, Protest after Award

52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.232-18, Availability of funds

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

FAR 52.252-1, Solicitation Provisions Incorporated by Reference

FAR 52.252-2, Clauses Incorporated by Reference

FAR 52.252-6, Authorized deviations in Clauses          

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7000, Buy American—Balance of Payments Program Certificate

DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7031, Secondary Arab Boycott of Israel

DFARS 252.225-7048, Export-Controlled Items

DFARS 252.232-7003, Electronic Submission of Payment Requests

DFARS 252.232-7006, Wide Area Workflow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies by Sea

Contracting Office Address:

172 MSG/MSC

141 Military Drive

AW-30

Jackson, MS 39232

Primary Point of Contact:

Adam Surkin – 601-405-8656

[email protected]

Secondary Point of Contact:

Donna Phillips – 601-405-8341

[email protected]

Bid Protests Not Available

Similar Past Bids

Flowood Mississippi 28 Aug 2020 at 3 PM
Anniston Alabama 15 Apr 2025 at 9 PM
Jackson Mississippi 30 Jul 2020 at 1 PM
Curtis bay Maryland 21 Jul 2021 at 1 PM
Curtis bay Maryland 03 Aug 2021 at 1 PM

Similar Opportunities