The solicitation reference number is F4ATA34141A002 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 441320. The small business size standard is $14.0M. 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 2 June, 2014 for specifications)
CLIN 0001: Qty: 33 EA - Tire, Non-directional (NDT) P/N: ML4C4 or equal
CLIN 0002: Qty: 33 EA - Two Part Polymer fill. P/N: ARNCO RePneu
CLIN 0003: Qty: 33 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 FAR/DFARS/AFFARS provisions/clauses apply to this acquisition:
FAR 52.204-7 - System for Award Management
FAR 52.211-6 - Brand Name or Equal
FAR 52.212-1 - Instructions to Offerors - Commercial Items
FAR 52.212-2 - Evaluation - 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 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items
FAR 52.219-1 - Small Business Program Representations
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-System for Award Management
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
FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil)
FAR 52.252-5 - Authorized Deviations in Provisions ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2")
FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2")
DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials
DFAR 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights
DFAR 252.211-7003 - Item Identification and Valuation
DFAR 252.225-7001 - Buy American Act and Balance of Payment Program
DFAR 252.225-7002 - Qualifying Country Sources as Subcontractors
DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports
DFAR 252.232-7006 - Wide Area Workflow Payment Instructions
DFAR 252.232-7010 - Levies on Contract Payments
DFAR 252.247-7023 Alt III - Transportation of Supplies by Sea
AFFAR 5352.201-9101 - Ombudsman
NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) AS A SMALL BUSINESS UNDER NAICS CODE 441320 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 Friday June 20th 2014 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 forward quotes and any questions to:
Primary:
Carl Richardson
Contracting Specialist
325th Contracting Squadron
Tyndall AFB, FL 32403
[email protected]
(850) 283-9147
Alternate:
Donald Sumner
Contracting Officer
325th Contracting Squadron
Tyndall AFB, FL 32403
[email protected]
(850) 283-8644