Federal Bid

Last Updated on 25 May 2017 at 8 AM
Combined Synopsis/Solicitation
Scott air force base Illinois

Fire Truck Axle

Solicitation ID FA4407-17-Q-2011
Posted Date 22 May 2017 at 9 PM
Archive Date 25 May 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4407 375 Cons Lgc
Agency Department Of Defense
Location Scott air force base Illinois United states

 

 

The 375th Contracting Squadron (LGCB2) at Scott AFB, IL is contemplating an award for the purchase of a Rear Axle Assembly for a P-23 Fire Truck, Brand Name or Equal.

 

This is a commercial purchase using Federal Acquisition Regulation (FAR) Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies:

 

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued.

 

(ii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 05-95 effective  19 January 2017, and the Defense Federal Acquisition Regulation Supplement DPN 20161222 Edition.

 

(iii) This acquisition is being solicited as a 100% Small Business Set Aside Federal Business Opportunities webpage FedBizOpps under North American Industry Classification System (NAICS) code 336350; Construction Machinery Manufacturing . The small business size standard is 1500 Employees. The Product Service Code (PSC)/ Federal Supply Code (FSC) for this acquisition will be 2530; Vehicular Brake, Steering, Axle, Wheel and Track Components.


 

(iv) Contract Line Item Number(s) CLINS:

 

 

**THIS IS A BRAND NAME OR EQUAL PURCHASE**

If quoting an EQUAL, please provide specifications

Item #

Description

Quantity

Unit

Unit Price

Total Price

0001

Fire Truck Axle Part #0715552V001

Standard 1 Year Warranty

Shipping

1

EACH

 

 

 

GRAND TOTAL

 

 

 

 

 

 

Provide your quote in the above CLIN table.  This is for FOB Destination delivery for one Fire Truck Axle.

 

(v)  Description of requirements:

 

**THIS IS A BRAND NAME OR EQUAL PURCHASE**

 

Rear Axle Assembly Part # 0715552V001

Standard Warranty

Shipping FOB Destination

 

(vii) The Government desires FOB Destination:

ATTN: TSGT JOSHUA GIVENS

801 Hangar Rd.  Bldg. 548

Scott AFB, IL 62225

 

(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition. 

 

Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil.

 


 

ADDENDA TO 52.212-1 (CONTINUED):

 

PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:

 

1.  DUNS Number _________________________________________

 

2.  CAGE Code ___________________________________________

 

3.  Contractor Name ____________________________________________________________

 

4.  Payment Terms (net 30) or Discount ________________________________________________

 

5.  Delivery Date: _____________________________________________

 

6.  Business Type (i.e. small, women-owned, SDVOSB, etc.)______________________________

 

7.  Point of Contact__________________________________________________________________

 

8.  Phone Number___________________________________________________________________

 

9.  Fax Number _____________________________________________________________________

 

10.  Email address_____________________________________________________________________

 

11.  FOB (destination or origin) _________________________________________________________

 

12.  GSA number, if applicable to this requirement _________________________________________

 

13.  Official Date of Quote______________________________________________________________

 

 

 


 

(ix) The provision at 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition.

 

(a) The Government will 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 factors considered. For this acquisition, the following factors shall be used to evaluate offers: Price and Technical Capability of the item offered to meet the Government requirement. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106-2.

 

(End of Provision)

 

(x)  Offerors must include with their quote a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Jul 2016), unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov.

 

As prescribed in 52.212-3, an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at https://www.sam.gov/.  If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (p) of this provision.  A copy of paragraphs (c) through (p) can be obtained at http://farsite.hill.af.mil/vffara.htm.

 

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies  to this acquisition.

 

(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items-Deviation (Jan 2017), applies to this acquisition.

 

The following provisions and clauses are by reference:

FAR 52.203-18 Prohibition on Contracting with Entities that Requrie Certain Internal Confidentiality Agreements or Statements-Representation

FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

FAR 52.204-7 System for Award Management

FAR 52.204-13, System for Award Management Maintenance (Jul 2013)

FAR 52.204-16 Commercial and Government Reporting

FAR 52.204-17 Ownership or Control of Offeror

FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015)

FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)

FAR 52.204-20 Predecessor of Offeror

FAR 52.204-22 Alternative Line Item Proposal

FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation

FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.209-11 Representation by Corporations Regarding Delinquient Tax Liability or a Felony Conviction under any Federal Law

FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)

FAR 52.219-28, Post-Award Small Business Program Representation (Jul 2013)

FAR 52.222-3, Convict Labor (2003)

FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies ( Feb 2016)

FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015)

FAR 52.222-26, Equal Opportunity (Apr 2015)

FAR 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014)

FAR 52.222-50 Combating Trafficking in Persons (Mar 2015)

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation

FAR 52.225-3, Buy American Act -- Free Trade Agreements -- Israeli Trade Act - Alt 1 (May 2014)

FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)

FAR 52.225-18 Place of Manufacture

FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications

FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Jul 2013)

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

FAR 52.233-3 Protest After Award

FAR 52.233-4 Applicable Law for Breach of Contract Claim

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD OfficialsConfidentiality Agreements

DFARS 252.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

DFARS 252.204-7004, Alt A, System for Award Management (Feb 2014)

DFARS 252.204-7011 Alternative Line Item Structure

DFARS 252.204-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation

DFARS 252.211-7003, Item Unique Identification and Valuation (Dec 2013)

DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013)

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)

DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)

DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)

DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013)

AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012)

AFFARS 5352.223-9001 Health and Safety on Government Installations (Nov 2012)

AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012)

 

The following clauses are full text:

 

 

5352.201-9101, Ombudsman (Apr 2014)

 

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 Center/MAJCOM/DRU or AFISRA ombudsmen, Mr. Gregory S. Oneal, HQ AMC/A7K, 507 Symington Drive,  Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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.

 

(End of clause)

 

 

 

 

 

 

QUOTES ARE DUE TO Scott AFB, IL NO LATER THAN 4:30 P.M. CDT ON 24 May 2017.

 



(xvi)  Quotes are due to:

 

By email:          [email protected]

 

By mail:           375 CONS/LGCB

                        Attn:  TSgt Mark Phillips

201 E Winters St, Bldg. 50

Scott AFB IL  62225-5015

           

By fax:             618-256-2174

                                    Attn: TSgt Mark Phillips

             

 

PERIOD FOR ACCEPTANCE OF QUOTES:

The offeror agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes.

 

Interested parties with questions by phone will be directed to ask questions in writing to the email address listed above.

 

The point of contact for this acquisition is Mark Phillips:   Phone 618-256-9277; Fax 618-256-2174; e-mail [email protected].

 

 

REAL ID ACT INFORMATION SHEET

 

Passed by Congress in 2005, the REAL ID Act enacted the 9/11 Commission's recommendation that the Federal Government "set standards for the issuance of sources of identification, such as driver's licenses." The Act established minimum security standards for state-issued driver's licenses and identification cards and prohibits Federal agencies from accepting for official purposes licenses and identification cards from states that do not meet these standards.

 

The following are noncompliant States/Territories. At midnight on 15 Sep 2016, Scott AFB will no longer accept licenses from these states unless it is an Enhanced Driver's License:

 

Missouri         **Washington  **Minnesota

 

** Indicate these states are issuing Enhanced driver's license that are good for installation access

 

The following States/Territories will become noncompliant at midnight on 29 Jan 2017, Scott AFB will no longer accept licenses from these states:

 

Maine               Montana

 

The following states/territories have an extension allowing driver's licenses until 6 Jun 2017.  At midnight on 5 Jun 2017, Scott AFB will no longer accept licenses from these states:

 

Alaska             Oregon             S. Carolina Virginia   Oklahoma         Pennsylvania Kentucky

 

The following states/territories have an extension, allowing driver's licenses until 10 Oct 2017.  At midnight on 9 Oct 2017, Scott AFB will no longer accept licenses from these states:

 

Louisiana        Michigan          Rhode Island

Massachusetts   Texas              Virgin Islands

N. Dakota        N. Marianas      New York

N. Carolina     New Hampshire  Puerto Rico Idaho New Jersey     Am. Samoa

Illinois            Guam                 California

 

The following states/territories are compliant with the REAL ID Act:

 

Alabama         Hawaii            Nevada

Arizona           Indiana             S. Dakota

Colorado         Iowa                Tennessee

Connecticut    Kansas            Utah Delaware          Maryland        Vermont

DC                   Mississippi     West Virginia

Florida              Nebraska         Wisconsin Georgia   Ohio     Wyoming Arkansas                        New Mexico

 

Below are acceptable forms of identification for identity proofing for access to Scott AFB if you do not have an Enhanced Driver's License:

 

•-    United States Passport or Passport Card, not expired

•-    Driver's License or other state photo ID card issued by DMV or equivalent, IAW REAL ID enforcement schedule

•-    An ID card issued by Federal, State or local government agencies with the all the required REAL ID Act information

•-   Personal Identification Verification (PIV) card issued by Federal Government

•-   Veterans Health Identification Card issued by

U.S. Department of Veterans Affairs

•-    Interoperable (PIV-I) cards issued by No-Federal Government entities

•-    Certificate of Naturalization/ Certificate of Citizenship (form N-550)

•-   Permanent Resident Card/Alien Registration Receipt Card (Form I-551)

•-    DHS "Trusted Traveler" Cards (Global Entry, NEXUS, SENTRI, FAST)

•-   Border Crossing Card (Form DSP-150)

•-    An employment authorization document that contains a photograph (Form I-766)

•-    U.S. Coast Guard Merchant Mariner Cards Credentials

•-   U.S. Permanent Resident Card (Form I-551)

•-    U.S. Refugee travel document or other travel document or evidence of immigration status issued by DHS containing a photograph

•-   A Foreign Government Issued Passport

•-    US Military ID (including retirees and dependents)

•-   Transportation Worker Identification Credential (TWIC)

 

Please contact Pass and Registration at (618) 256-3020/ 2008 if you have any questions or need additional information.

 

Bid Protests Not Available

Similar Past Bids

Winter Wisconsin 26 Jun 2018 at 7 PM
Scott air force base Illinois 08 Aug 2018 at 8 PM
Winters Texas 31 Jul 2018 at 2 PM
Winters Texas 05 Sep 2018 at 4 PM
Scott air force base Illinois 24 Sep 2018 at 3 PM

Similar Opportunities