This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. FAR Part 13 procedures are being utilized. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83.
The solicitation reference number is F4ATA35132AW02 and this solicitation is being issued as a Request For Quote (RFQ). This acquisition will be a 100% small business set-aside under North American Industry Classification System (NAICS) code 326211. The small business size standard is 1000 employees. A firm-fixed price purchase order will be awarded in accordance with FAR Part 13.
This RFQ consists of the following Contract Line Item Numbers (CLIN): (See Attachment 1 - NDT Military Tires Specs for specifications)
CLIN 0001: Qty: 36 EA - Tire, Non-directional (NDT) P/N: ML4C4 or equal
CLIN 0002: Qty: 36 EA - Two Part Polymer fill. P/N: ARNCO RePneu
CLIN 0003: Qty: 36 EA - Tube and Tire Flap, Truck Size 900-20
***Brand name or equal items are acceptable. If submitting an "or equal" item, offerors shall submit documentation demonstrating that the "equal" item meets all the attached specifications/salient characteristics and submit all applicable literature with their quote (see FAR Clause 52.211-6 Brand Name or Equal).
All quotes must reflect FOB Destination.***
EVALUATION FACTORS:
In accordance with FAR 52.212-2 Evaluation-Commercial Items and FAR 52.211-6 Brand Name or Equal, the Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factor(s) considered. The following factors shall be used to evaluate offers:
1. Technical Capability - Evaluated against the attached specifications on a pass/fail basis
2. Price
Delivery shall be made within 30 Days after Award of Contract.
Evaluation will be based on the lowest price technically acceptable (LPTA) which will be determined to represent the Best Value. In order to be considered for award, vendor must adhere to all quotation requirements detailed herein.
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil.
• The following Federal Acquisition Regulation (FAR) provisions and clauses will apply to this procurement:
52.204-7 - System for Award Management
52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 - System for Award Management Maintenance
52.204-19 - Incorporation by Reference of Representations and Certifications
52.209-6 - Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations
52.211-6 - Brand Name or Equal
52.212-1 - Instructions to Offerors - Commercial Items
52.212-2 - Evaluation - Commercial Items
52.212-3 Alt 1 - Offeror Representations and Certifications - Commercial Items
52.212-4 - Contract Terms and Conditions-Commercial Items
52.212-5 - Contract Terms & Conditions Required to Implement Statutes or Executive Orders - 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 Facilities
52.222-22 - Previous Contracts and Compliance Reports
52.222-25 - Affirmative Action Compliance
52.222-26 - Equal Opportunity
52.222-36 - Affirmative Action for Workers with Disabilities
52.222-50 - Combat Trafficking Persons
52.223-18 - Contractor Policy 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
52.246-2 ¬ - Inspection Of Supplies - Fixed Price
52.246-16 - Responsibility for Supplies
52.247-34 - F.O.B. Destination
52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil)
52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil)
• The following Department of Defense Federal Acquisition Regulation Supplement (DFARS) clauses applies to this procurement:
252.203-7000 - Requirements Relating to Compensation of Former DoD Officials
252.203-7002 - Requirement to Inform Employees of Whistleblower Rights
252.203-7005 - Requirements Relating to Compensation of Former DoD Officials
252.204-7004 - Alternate A, System for Award Management
252.204-7011 - Alternative Line Item Structure
252.223-7008 - Prohibition of Hexavalent Chromium
252.225-7001 - Buy American Act and Balance of Payment Program
252.225-7002 - Qualifying Country Sources as Subcontractors
252.225-7048 - Export of Controlled Items
252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 - Wide Area Workflow Payment Instructions
252.232-7010 - Levies on Contract Payments
252.243-7001 - Pricing of Contract Modifications
252.247-7023- Transportation of Supplies by Sea
• The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies to this procurement:
5352.201-9101 - Ombudsman
5352.223-9000 - Elimination of Use of Class 1 Ozone Depleting Substances (ODS)
NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) AS A SMALL BUSINESS UNDER NAICS CODE 326211 BEFORE BEING CONSIDERED FOR AWARD.
Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to https://www.sam.gov/portal/public/SAM/ for information regarding the Online Representation and Certification Application process. Information concerning SAM requirements may be viewed via the internet at http://www.sam.gov or by SAM Service Desk http://www.FSD.gov, or 1-866-606-8220.
Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN), and delivery date. Quotes are due Thursday July 23rd 2015 at 12.00 p.m. eastern time.
Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination.
Please send quotes and forward any questions to:
Primary:
Carl Richardson
Contracting Specialist
325th Contracting Squadron
Tyndall AFB, FL 32403
Email [email protected]
Phone (850) 283-4410
Fax (850) 283 3963
Alternate:
Matthew D. Crum
Contracting Officer
325th Contracting Squadron
Tyndall AFB, FL 32403
[email protected]
(850) 283-6192