8 May 2018
MEMORANDUM FOR OSHKOSH PARTS FOR STRIKER 1500 REPAIR
FROM: 22 CONS/PKA
SUBJECT: Request for Quote; Solicitation #F2Z3C88095AW01
1. In accordance with FAR 12.603(c)(2): 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. This solicitation is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-95.
2. The Government intends to award a Firm Fixed Price Contract based on Lowest Price Technically Acceptable.
3. The associated NAICS code for this acquisition is 423120 with a size standard of 200 Employees.
4. The subject Request for Quote number is: F2Z3C88095AW01.
5. McConnell AFB, KS 67221-3702 plans to acquire the following commodity: OSHKOSH Parts for STRIKER 1500 REPAIR.
6. A site visit will not be conducted for this requirement.
7. Offers are due by 3:00 p.m. CST on 22 May 2018. Please fill out the attached solicitation and send with your offer. Interested parties shall submit their quotes via email to TSgt Balmaceda via email at: [email protected].
8. All questions for this requirement are due by 3:00 p.m. CST 15 May 2018.
9. Please provide a quote for the line items listed below. Failure to quote on all CLINs will render the quote unacceptable and ineligible for award consideration.
ITEM DESCRIPTION QTY Unit Unit Price
Extended Amount (Including Shipping)
0001
Oshkosh Parts for Striker 1500 Repair 1 Lot
$___________
$______________
TOTAL COST $________________
PLEASE REVIEW/PROVIDE ALL INFORMATION BELOW:
Shipping/Transportation will be FOB: DESTINATION
Pricing Quoted: (GSA, Open Market Only, etc.) ______________________________________
Payment Terms: Delivery Date:
Company Name:
DUNS #: Required Cage Code Number:
POC: Telephone #:
E-Mail Address: Tax ID #:
Warranty Information:
Do you have the capacity to invoice electronically (invoicing through WAWF)?
The following provisions and clauses in their latest editions apply to this acquisition:
FAR 52.212-1 -- Instruction to Offerors -- Commercial Items
FAR 52.212-2 -- Evaluation -- Commercial Items
FAR 52.212-3 -- Offeror Representation and Certifications -- Commercial Items
FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items
FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items
FAR 52.219-6 - Notice of Total Small Business Set Aside
FAR 52.204-7 - System for Award Management
FAR 52.204-16 - Commercial and Government Entity Code Reporting
FAR 52.204-17 - Ownership or Control of Offeror
FAR 52.204-18 - Commercial and Government Entity Code Maintenance
FAR 52.204-19 - Incorporation by Reference of Representations and Certifications
FAR 52.204-20 - Predecessor of Offeror
FAR 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liablity or a Felony Conviction under any Federal Law
FAR 52.214-34 - Submission of Offers in the English Language
FAR 52.214-35 - Submission of Offers in U.S. Currency
FAR 52.216- 1 - Type of Contract
10. This is a notice that this order is a total small business set-aside holding NAICS Code 423120 and the size standard is 200 Employees. Only quotes submitted by small business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award.
11. This requirement shall be subject to the Buy American Act in accordance with DFARS 252.225-7000, (Buy American--Balance of Payments Program Certificate (JAN 2014)) and (DFARS 252.225-7001, (Buy American and Balance of Payments Program (DEC 2012)).
A. 52.212-2-Evaluation Commercial Items--Addenda
a. The Contracting Officer will issue a purchase order to the responsible vendor whose quote will be the most advantageous to the Government. The following shall be used to evaluate quotes:
The technically acceptable lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that are contained in the solicited item description. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes.
B. Awardee will be required to invoice through Wide Area Work Flow (WAWF).
C. Award can only be made to contractors registered in System for Award Management (http://www.SAM.gov).
D. Delivery/Assembly: Delivery shall be FOB Destination and included in CLIN prices noted above, unless otherwise and clearly noted by offeror in submitted offer.
E. In accordance with AFFARS 5352.201-9101, Ombudsman,
5352.201-9101 OMBUDSMAN (APR 2014)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: [email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
**Before contacting the Ombudsman please contact the Contract Administrator, A1C Yeshua Farfan via email at: [email protected]**
F. Additional FAR clauses cited within the solicitation will be incorporated into the resulting contract
Attachment:
1. P-19 Data Sheet