(ii) The solicitation number is F1F3B13151A014. The solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68, DFARS Change Notice 20130710, and Air Force Acquisition Circular 2013-0327.
(iv) There is no small business set-aside for this acquisition. The NAICS code assigned to this acquisition is 324121.
(v) & (vi) The following is a list of the CLINS, quantities, unit of issue, and an item description:
CLIN Description QTY UOI
0001 Base Course, Type Piedemonte, 0-35MM, red rock, quarry with clay content suitable for compaction 100% passing a 35MM Sieve. 600 CM3
0002 Shipping Cost 1 EA
**QTY = quantity; UOI = unit of issue**
**NOTE: any "or equal" items will be reviewed for technical acceptability based on properties of listed items**
(vii) Delivery is required 30 days after receipt of order (ARO) and delivery will be made to the following address:
By Commercial Carrier:
FE5682 31 FW LGTT
BUILDING 1029 TMO INBOUND
AVIANO AB, ITALY 33081
By USPS:
FLEET AND INDUSTRIAL SUPPLY CENTER
OCEAN TERMINAL DIVISION BLDG CEP 201
NORFOLK, VA 23511-3392
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall contain at a minimum the following information: Company name, POC name, phone, and e-mail, product part number, product description, quantity, unit of measure, unit price, shipping costs (if applicable), total price, discount terms, delivery terms.
(ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. The last one is (ii) price. The Lowest Price Technically Acceptable Source Selection Process will be used in this acquisition.
(x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See https://www.acquisition.gov.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. The Government reserves the right to award on a CLIN by CLIN basis. All, some, or none of the CLINs may be awarded depending on AVAILABLITY OF FUNDS.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition
(xiii) This is a planning requirement and funding is not currently and may not become available. The government retains the right to award or not award based on this RFQ.
The following clauses/provisions also apply to this acquisition:
FAR 52.252-2, Clauses Incorporated by Reference/52.252-1 Solicitation Provisions Incorporated by Reference
This solicitation and resultant contract contains provisions and clauses that may be included by reference. You may view provisions or clauses incorporated by reference at this website: http://farsite.Hill.af.mil
FAR 52.204-7 Central Contractor Registration
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-13 Central Contractor Registration Maintenance
FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
FAR 52.211-6 Brand Name or Equal
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126).
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration;
FAR 52.233-3 Protest After Award (31 U.S.C. 3553).
FAR 52.233-4 Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78).
FAR 52.247-34 F.O.B Destination;
FAR 52.252-4 Alterations in Contract
FAR 52.252-6 Authorized Deviation in Clauses;
FAR 52.253-1 Computer Generated Forms;
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS252.204-7004 Alternate A, System for Award Management
DFARS 252.225-7041 Correspondence in English
DFARS 252.225-7042 Authorization to Perform
DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties.
DFARS 252.229-7001 Tax Relief.
DFARS 252.229-7003 Tax Exemptions (Italy).
DFARS 252.232-7003 Electronic Submission of Payment Requests
DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
DFARS 52.232-7008 Assignment of Claims (Overseas)
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.233-7001 Choice of Law (Overseas).
DFARS 252.243-7001 Pricing of Contract Modifications;
DFARS 252.247-7023 Transportation of Supplies by Sea [Alt III included];
DFARS 252.247-7024 Notification of Transportation of Supplies by Sea;
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (Ods)
AFFARS 5352.201-9101 OMBUDSMAN is filled in as follows:
Primary Command Ombudsman:
Ms. Tara Petersen
HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110
HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany
E-mail: [email protected]
Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025
Alternate Command Ombudsman:
Ms. Heidi Hoehn
HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110
HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany
E-mail: [email protected]
Tel: (49)-6371-47-9330, Fax: (49)-6731-47-2025
(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.
(xv) All offers are due by 8 August 2013 @ 1300 local time Italy. Quotes may be submitted by email to [email protected], or faxed to +39-0434-30-8557. Please confirm receipt of emails and faxes
(xvi) Contact SSgt Enrique L. Gonzalez at E-Mail: [email protected] and or Tel: +39-0434-30-7950 or SSgt Thomas Harvey at Email: [email protected] and or Tel: +39-0434-30-8075 for any questions or concerns regarding this solicitation.