Federal Bid

Last Updated on 22 Sep 2020 at 11 PM
Combined Synopsis/Solicitation
Jber Alaska

MXG C17 Cushions

Solicitation ID W50S6L-20-Q-0059
Posted Date 22 Sep 2020 at 11 PM
Archive Date 01 Oct 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7mu Uspfo Activity Akang 176
Agency Department Of Defense
Location Jber Alaska United states 99506

***AMENDMENT 0002: THE PURPOSE OF THIS AMENDMENT IS TO REVISE ONE OF THE REQUIRED SALIENT CHARACTERISTICS FOR CLIN 0005. CLIN 0005 REQUIRES "GREY VINYL" FOR THE IPECO ARMREST W/ ELBOW VS THE ORIGINAL REQUIREMENT OF "BLUE FABRIC". THIS AMENDMENT WILL RE-OPEN/EXTEND THE SOLICITATION CLOSE DATE FROM 1:00PM ALASKA TIME, 17 SEPT 2020 TO 1:00PM ALASKA TIME, 24 SEPT 2020. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.***

***AMENDMENT 0001: THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE SOLICITATION CLOSE DATE FROM 1:00PM ALASKA TIME, 15 SEPT 2020 TO 1:00PM ALASKA TIME, 17 SEPT 2020. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.***

COMBINED SYNOPSIS/SOLICITATION ‘COMBO’:

 

MXG C17 Cushions

 

ISSUE DATE: 09 September 2020

 

 

NOTE: Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. Please make offers good through 30 September 2020.

 

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii) Solicitation W50S6L-20-Q-0059 is issued as a Request for Quote (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, effective 13 Aug 2019. The DFARS provisions and clauses are those in effect to DPN 20190809, effective 09 Aug 2019.

(iv) This requirement is solicited under ‘Small Business Set Aside’ competition. The North American Industrial Classification System (NAICS) code associated with this procurement is 336413 with a small business size standard of 1,250 EMP.

(v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.

(vi) The government intends to award a firm-fixed price contract for the following:

(vii) Delivery shall be FOB Destination. Contractor shall include delivery/performance schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to:

Joint Base Elmendorf-Richardson, Anchorage Alaska, 99506

 

(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:

1. To assure timely and equitable evaluation of the quotes, the Offerors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation.  If awarded the contract the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within five (5) business days.

2.  Specific Instructions:  The response shall consist of the following:

  1. Submit one (1) copy of technical acceptability narrative consisting of a brief explanation of how an “or equal” substitute meets the salient characteristic(s) requirements of the solicitation.
     

b. Submit one (1) copy of price schedule (Attachment 1) and any pertinent additional information

  1. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the Best Value IAW FAR 13.106-1 (a) (2). Technical Acceptability, at a minimum, is defined as meeting all specific instructions and completing the attached pricelist Attachment 1. Price and technical acceptability will be considered.
  1. FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below:
  1. The Government will award a purchase order resulting from this solicitation to whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
    1. Technical acceptability will consist of meeting all specific instructions and completing the attached pricelist Attachment 1.
    2. Price
    3. Past Performance
       
  2. Technical acceptability: The government will evaluate quotes on the basis of whether or not the provided quote is technically acceptable. Offeror shall provide a brief explanation of how an “or equal” substitute meets the salient characteristic(s) requirements of the solicitation.
  3. Price: The total evaluated price will include the total price of all line items, to include option line items (if any). Interested parties are reminded that this is a Best Value procurement and lowest price does not constitute award.
  4. Past Performance: Past Performance will be evaluated in accordance FAR 13.106-2(b)(3)(ii)(C) - information received by Past Performance Information System and FAR 13.106-2(b)(3)(ii)(D) – Any other reasonable basis. The contracting officer may use his/her previous experience with the service being acquired.

 (x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Jan 2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (Jan 2017),  is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition:

FAR 52.204-10

Reporting Executive Compensation and First-Tier Subcontract Awards

Oct 2016

FAR 52.204-23

Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

Jul 2018

FAR 52.204-24

Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

Dec 2019

FAR 52.204-25

Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

Aug 2019

FAR 52.204-26

Covered Telecommunications Equipment or Services-Representation

Dec 2019

FAR 52.209-6

Protecting the Government's Interest When Subcontracting with Vendors Debarred, Suspended, or Proposed for Debarment

Oct 2015

FAR 52.209-10

Prohibition on Contracting with Inverted Domestic Corporations

Nov 2015

FAR 52.211-6

Brand Name or Equal

Aug 1999

FAR 52.219-6

Notice of Total Small Business Set-Aside

Nov 2011

FAR 52.219-28

Post Award Small Business Program Representation

Jul 2013

FAR 52.222-3

Convict Labor

Jun 2003

FAR 52-222-19

Child Labor-Cooperation With Authorities and Remedies

Oct 2016

FAR 52.222-21

Prohibition of Segregated Facilities

Apr 2015

FAR 52.222-26

Equal Opportunity

Sep 2016

FAR 52.222-36

Equal Opportunity for Workers with Disabilities

Jul 2014

FAR 52.222-50

Combating Trafficking in Persons

Mar 2015

FAR 52.222-55

Minimum Wages Under Executive Order 13658

Dec 2015

FAR 52.222-62

Paid Sick Leave Under Executive Order 13706

Jan 2017

FAR 52.223-18

Encouraging Vendor Policies to Ban Text Messaging While Driving

Aug 2011

FAR 52.225-13

Restrictions on Certain Foreign Purchases

Jun 2008

FAR 52.232-33

Payment by Electronic Funds Transfer—System for Award Management

July 2013

FAR 52.232-18

Availability of Funds

Apr 1984

FAR 52.232-39

 Unenforceability of Unauthorized Obligations

Jun 2013

FAR 52.232-40

Providing Accelerated Payments to Small Business Sub-vendors

Dec 2013

FAR 52.233-3

Protest after Award

Aug 1996

FAR 52.233-4

Applicable Law for Breach of Contract Claim

Oct 2004

FAR 52.252-2

Clauses Incorporated by Reference

Feb 1998

DFARS 252.203-7000

Requirements Relating To Compensation of Former DoD Officials

Sep 2011

DFARS 252.203-7002

Requirement to Inform Employees of Whistleblower Rights

Sep 2013

DFARS 252.204-7003

Control of Government Personnel Work Product

Apr 1992

DFARS 252.204-7008

Compliance with Safeguarding Covered Defense Information Controls

Oct 2016

DFARS 252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting

Oct 2016

DFARS 252.204-7015

Disclosure of Information to Litigation Support Vendors

May 2016

DFARS 252.204-7016

Covered Defense Telecommunications Equipment or Services—Representation

Dec 2019

DFARS 252.204-7017

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation

Dec 2019

DFARS 252.204-7018

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

Dec 2019

DFARS 252.211-7003

Item Unique Identification and Valuation

Mar 2016

DFARS 252.211-7008

Use of Government-Assigned Serial Numbers

Sep 2010

DFARS 252.223-7008

Prohibition of Hexavalent Chromium

Jun 2013

  DFARS 252.225-7048

Export-Controlled Items

Jul 2013

DFARS 252.232-7003

Electronic Submission of Payment Requests and Receiving Reports

Jun 2012

DFARS 252.232-7006

Wide Area Workflow Payment Instructions

May 2013

DFARS 252.232-7010

Levies on Contract Payments

Dec 2006

DFARS 252.244-7000

Subcontracts for Commercial Items

Jun 2013

DFARS 252.246-7008

Sources of Electronic Parts

May 2018

DFARS 252.247-7023

Transportation of Supplies by Sea--Basic

Apr 2014

The following provisions apply to this combined synopsis solicitation and are incorporated by reference.  This section will be physically removed from the final award.

FAR 52.204-16

Commercial and Government Entity Code Reporting

Oct 2016

FAR 52.204-22

Alternative Line Item Proposal

Oct 2015

FAR 52.212-2

Evaluation – Commercial Items

Nov 2011

FAR 52.212-3 Alt 1

Offeror Representations and Certifications – Commercial Items

Jul 2013

DFARS 252.203-7005

Representation Relating to Compensation of Former DoD Officials

Nov 2011

DFARS 252.204-7008

Compliance with Safeguarding Covered Defense Information Controls

Dec 2015

DFARS 252.204-7011

Alternative Line Item Structure

Sep 2011

DFARS 252.225-7031

Secondary Arab Boycott of Israel

Jun 2005


(xiii) No additional contract requirements apply to this acquisition.

(xiv) This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating.

(xv) NOTICE TO ALL INTERESTED PARTIES:

Questions shall be submitted to:

POC: MSgt Zach Gowin

Phone:  (907) 551-0246

E-Mail:  [email protected] & [email protected] - E-mail is preferred.

An amendment may be issued answering any questions received (if any), providing the Government’s answers. Offers are due no later than 1:00 p.m. Alaska Time on 15 September 2020.

 

List of Attachments:

  • Attachment 1: B.01 20-Q-0059 MXG C17 Cushions Combo (5 pages)
  • Attachment 2: B.01 Pricing Schedule (2 pages)
Bid Protests Not Available

Similar Past Bids

Jber Alaska 15 Sep 2020 at 10 PM
Jber Alaska 10 Sep 2020 at 12 AM
Jber Alaska 18 Sep 2020 at 1 AM
Randolph air force base Texas 30 Nov 2010 at 3 PM
Location Unknown Not Specified

Similar Opportunities

Louisville Tennessee 15 Jul 2025 at 2 PM
Glendale luke air force base Arizona 15 Jul 2025 at 10 PM
Glendale luke air force base Arizona 15 Jul 2025 at 10 PM
Location Unknown 14 Nov 2025 at 3 PM
Location Unknown 14 Nov 2025 at 3 PM