CLIN 0001: Qty 20 each CE Tent Container P/N CON23075, Garret Container or Equal
-Dimensions 41"L x 103"W x 47" H plus or minus ½"
-All aluminum re-usable box with carrying handles
-Gasket sealable lid
-Forklift capable
-Box must have clamps to secure lid to box when closed
-Must accommodate the storage of Alaska Small Shelter System Tents
IAW FAR 52.111-6, Brand Name or Equal -- If submitting an "Equal" product, offerors must provide the manufacturer name and part number, specifications, and any other documentation demonstrating the item submitted meets the above specifications. Technical acceptability of or equal products shall be determined by the government.
Place of Delivery: DET 1, 823 RHS/CEM, SilverFlag, 264 Strange Point Loop, Tyndall AFB, FL
Delivery date: Contractors shall indicate delivery date in their quotes.
Delivery shall also be FOB Destination. Therefore, offerors shall include the cost of shipping in their quotes.
The Government anticipates award on a best value basis. The Government intends to award a firm, fixed priced purchase order in accordance with FAR 13.1 to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers:
1. Technical Specification
2. Price
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition:
FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6 - Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.211-6 - Brand Name or Equal
FAR 52.212-1 - Instructions to Offerors-Commercial Items
FAR 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 - Contract Terms & Conditions-Commercial Items
FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items
FAR 52.219-6 - Notice of Total Small Business Set-Aside
FAR 52.219-28 - Post-Award Small Business Program Representation
FAR 52.222-3 - Convict Labor
FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies
FAR 52.222-21 - Prohibition of Segregated Facilities
FAR 52.222-26 - Equal Opportunity
FAR 52.222-36 - Affirmative Action for Workers With Disabilities
FAR 52.222-50 - Combat Trafficking Persons
FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving
FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration
FAR 52.233-3 - Protest After Award
FAR 52.233-4 - Applicable Law for Breach of Contract Claim
FAR 52.247-34 - F.O.B. Destination
FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.laf.mil)
FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil)
FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2")
DFARS 252.203-7000 -Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7008 - Export-Controlled Items
DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items
DFARS 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
DFARS 252.225-7000 Buy America Act - Balance of Payments Certificate
DFARS 252.225-7001 - Buy American Act-Balance of Payment Program
DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors
DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 - Levies on Contract Payments
DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea
AFFARS 5352.201-9101 - Ombudsman
WAWF: Local Clause
Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423.
Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination.
Quotes may be transmitted by e-mail or to fax number (850) 283-8491, e-mail is the preferred method. Quotes must be received at the 325th Contracting Squadron, LGCB flight, no later than 12: 00 p.m. CST on 21 September 2011. The point of contact for this solicitation is A1C Benjamin Nieto Contract Specialist, (850) 283-8634, [email protected]. Alternate point of contact is A1C William Johnson, Contract Specialist, (850) 283-9147, [email protected].