REQUEST FOR QUOTATION
Solicitation Reference # FA5215_ICP_Trailer, Issue Date: 10 Sep 10
From: 15th Contracting Squadron
90 G Street BLDG 1201
Hickam AFB, HI 96853
To: All Qualified Interested Parties
Company Name: _________________
Phone Number: _________________
POC: ___________________________
QUESTIONS ABOUT THIS SOLICITATION: Questions must be submitted in writing to E-mail
[email protected] (preferred) or fax (808) 448-2911. In order to ensure a timely response from the Government, questions must be submitted no later than Wednesday, 15 September 2010, 12:00 p.m. Hawaii Standard Time.
The Government reserves the right to cancel this solicitation, either before or after the closing date.
This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information.
This synopsis/solicitation will be issued as a request for quotation (RFQ) under the solicitation number: FA5215_ICP_Trailer.
This acquisition is unrestricted under NAICS code 336214 and small business size standard of 500 employees. The items, as follows, are on a firm fixed price basis.
Item/ Description QTY Unit Price
CLIN
0001 Reeves Incident Command Post or equal 1 Ea $ __________
Part no. 1004108, medium, beige with tan shelter
0002 Shipping 1 Ea $ __________
(Note: item cost and shipping cost will be combined into one total cost under one CLIN upon award)
Total of CLINS 0001-0002 $ __________
PROVISIONS
The FAR provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:
Award basis: Lowest Priced Technically Acceptable.
Responses must be received NLT: 17 Sep 10: 1200 PM (Hawaii Standard Time). Electronic quotes are acceptable.
Please respond to this RFQ by providing the following information, and returning one (1) copy to the 647th Contracting Squadron fax or E-mail (Preferred).
FAX No: 808-448-2911
E-mail:
[email protected]
Offerors may propose an alternate quotation if offering more than one solution.
Delivery shall be FOB destination with a required delivery date no later than 30 calendar days after contract award. The delivery location shall be:
FOB Destination to Hickam AFB, HI.
Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for proposal (RFP) / request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFP/RFQ, the offer shall be considered nonresponsive and ineligible for contract award.
Wide Area Work Flow (WAW). Offerors must be registered and active in the WAWF https://wawf.eb.mil. If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror.
IAW 52.212-2 (a), Evaluation â Commercial Items, the Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose quotation conforming to the specified requirement will be most advantageous to the Government based on the lowest priced, technically acceptable offer that meets the salient characteristics listed below as described in FAR clause.
IAW 52.212-3 (Alt I) â Offeror Representations and Certification â Commercial Items (Feb 2009). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically (ORCA) at http://orca.bpn.gov/. If you have not completed the annual representations and certification electronically at the ORCA website, please complete only paragraphs (c) thru (m) of this provision and return along with your quotation. Additionally, ORCA is mandatory in lieu of Reps and Certs in hard copy form.
(End of Provisions)
CLAUSES INCORPORATED BY REFERENCE
52. 212-1 Instructions to offerors- Commercial items.
52.212-2 Evaluation â Commercial Items
52.212-4 Contract Terms and conditions.
52.211-6 Brand Name or Equal.
CLAUSES INCORPORATED BY FULL TEXT
52.212-5 CONTRACT TERMS AND 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
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration
IAW 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS IS APPLICABLE OT THIS PROCUREMENT ALONG WITH THE FOLLWING ADDENDA.
252.225-7001, Buy American Act and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.247-7023, Alt III Transportation of Supplies by Sea
5352.201-9101 OMBUDSMAN (AUG 2005)
(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 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, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Jason Bock, phone number (808) 448-2901, facsimile number (808) 448-2912, e-mail:
[email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067.
(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.
This request for quotation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://farsite.hill.af.mil.
Bid Protests Not Available