Federal Bid

Last Updated on 28 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Modification Engine 742

Solicitation ID F1D3228158AW01
Posted Date 24 Aug 2018 at 1 PM
Archive Date 28 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa2860 11 Cons Lgc
Agency Department Of Defense
Location United states
COMBINED SYNOPSIS/SOLICITATION:
Engine 742 Modification
The 11 CES/CEF requires modifications to Engine 742. The procurement of the materials, delivery of all components, and travel to and from Joint Base Andrews will all be the responsibility of the contractor. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) number F1D3228158AW01. This requirement is a 100% Small Business Set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 811111 with a size standard of $7.5 Million. Please identify your business size in your response based upon this standard.The requirement consists of the following items:
The Government will award a firm fixed price contract for Engine 742 Modification.
TRAILER . The following items/services are being procured:

CLIN Description Quantity Unit Price Total Price
0001 Provide and install A-T
**SEE ATTACHED Statement of Work for details**


Clauses & Provisions

It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/.

The following provisions are applicable:
52.204-7-- System for Award Management (Jul 2013)
52.252-5-- Authorized Deviations in Provisions (Apr 1984)
52.212-1-- Instructions to Offerors -- Commercial Items (Oct 2015)
52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.;
52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998).
52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information
252.225-700

The following clauses are applicable:
52.202-1-- Definitions. (Nov 2013)
52.212-4 - Contract Terms and Conditions - Commercial Items (Feb 2012);
52.212-5-- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2016)
52.219-1-- Small Business Program Representations (Oct 2014)
52.219-6 - Notice Of Total Small Business Set-Aside (Nov 2011);
52.219-28-- Post-Award Small Business Program Rerepresentation (Jul 2013)
52.222-3 - Convict Labor (Jun 2003);
52.222-19 - Child Labor - - Cooperation with Authorities and Remedies (Mar 2012);
52.222-21 - Prohibition of Segregated Facilities (Feb 1999);
52.222-50 - Combating Trafficking in Persons (Feb 2009);
52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008);
52.232-33-- Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013)
52.233-3 - Protest After Award (Aug 1996);
52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004);
52.246-2 - Inspection Of Supplies- -Fixed Price (Aug 1996)
52.247-34 - F.O.B. Destination (Nov 1991)
52.252-2 Clauses Incorporated By Reference (Feb 1998)
52.252-6 Authorized Deviations in Clauses (Apr 1984)
or that reject the terms and conditions of the solicitation may be excluded from consideration.
252.225-7001 - Buy American And Balance Of Payments Program(Jun 2012)
252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012)
252.232-7006-- Reserved.
252.232-7010 - Levies on Contract Payments (Dec 2006)
5352.201-9101-- Ombudsman (Jun 2016)

Contracting Office Address

11th Contracting Squadron
1349 Lutman Drive
Joint Base Andrews MD 20762

Quotes
All proposals must be sent via e-mail to A1C Cody Shumaker [email protected] . Proposals shall be submitted no later than 12:00 P.M. EST, 29 August 2018 Questions shall be submitted no later than 09:00 AM EST, 24 August 2018.

***All vendors that wish to bid on this contract will be required to set up a site survey with 11 CES/CEF in order to build a proper proposal based on measurement taken by the vendor. The site survey will held on 23 August 2018 from 10:00 a.m. to 12:00 p.m on Joint Base Andrews. Vendors that wish to attend, please submit the temporary base access form, attached to this requirement, to A1C Cody Shumaker [email protected] NLT COB Monday 20 August 2018.
See attached form for temporary base access.
The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse or offeror any costs incurred in preparation of this quote.

Attachments:
Statement of Work
Temporary Base Access Form

Bid Protests Not Available

Similar Past Bids

Kentucky 20 Nov 2020 at 5 AM
Connecticut 15 Nov 2022 at 1 PM
New jersey Not Specified
Location Unknown 02 Sep 2008 at 3 PM
Location Unknown Not Specified

Similar Opportunities