Federal Bid

Last Updated on 09 Mar 2018 at 9 AM
Combined Synopsis/Solicitation
Johnson Vermont

Restricted Area Badging Station

Solicitation ID F3T3SF7347A001
Posted Date 09 Feb 2018 at 1 PM
Archive Date 09 Mar 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4809 4th Cons Sqdn Cc
Agency Department Of Defense
Location Johnson Vermont United states
Combined Synopsis/Solicitation

RFQ -Vindicators, (F3T3SF7347A001)

Purchasing Agency: 4th Contracting Squadron - 4 CONS/PKB
1570 Wright Brothers Ave. Bldg 2903
Seymour Johnson AFB, NC 27531-2459

This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued.

This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3T3SF7347A001.

This requirement is being solicited as Other Than Full & Open Competition IAW FAR 13.106-1(b)(1). The NAICS code for this requirement is 334290 with a size standard of 750 emp.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 Effective 06 Nov 2017. Defense Federal Acquisition Regulation DPN 20171228, Effective 28-Dec-2017. Air Force Federal Acquisition Regulation AFAC 2017-1003, Effective 03-Oct-2017.


CLIN 0001: Bading System IAW Statement of Work 1 LOT UNIT _______ TOTAL: _______

__________________________________________________________________________________

TOTAL AMOUNT: _______

*FOB Destination for delivery to: **DELIVERY 90 Days After Receipt of Contract
4 SFS/SFOSS
1585 ANDREWS STREET
SEYMOUR JOHNSON AFB NC 27531

Attachments:
1. Statement of Work
2. Redacted J&A

*** To be considered for award, note that the offeror must be actively registered with the US Government database System for Award Management (SAM). Vendors must be registered and/or enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors must provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with the quote. ***

Quotes are due to this office no later than 2:00 p.m. Eastern Standard Time, 22 February 2018. Quotes must be sent via e-mail to [email protected], [email protected]

Contracting points of contact:
SrA Timothy Fletcher, Contract Specialist, (919) 722-1727 or e-mail: [email protected]
Shannon Hochmuth, Contracting Officer, (919) 722-1766 or email: [email protected]
____________________________________________________________________________________

 


INSTRUCTIONS TO OFFERORS
PROPOSAL SPECIFICS: (Addendum to 52.212-1)

All proposals must include the following information:
1.Proposal shall include the contractors Total Price Quotation.
2.Proposal shall provide qualified personnel (whom possesses Microsoft Network Certificates and as of this year have been trained and received Vindicator certifications for Win 7 platform), equipment, and services required to install all equipment and software.
3.Company Point of Contact with name, address, email address, and telephone number.
4.You can contact SrA T. Mason Fletcher [email protected] or 919-722-1727 with any questions or concerns.
5. Proposals shall be good for a period of 90 calendar days.

BASIS FOR CONTRACT AWARD: (Addendum to 52.212-2)

(a) The Government intends to award a single contract resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation. The following factors shall be used to evaluate quotations:

1) Price

(b) Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government on a price only basis.

The following clauses and provisions apply: The full text of the FAR, DFARS, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil

52.202-1 Definitions
52.204-7 System for Award Management.
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting.
52.204-18 Commercial And Government Entity Code Maintenance
52.204-19 Incorporation By Reference Of Representations And Certifications
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.212-1 Instructions to Offerors -- Commercial Items
52.212-2 Evaluation -- Commercial Items
52.212-3 Offeror Representations and Certifications -- Commercial Items.
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 (DEV) Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items
52.219-28 Post-Award Small Business Program Rerepresentation
52.222-3 Convict Labor
52.222-50 Combating Trafficking In Persons
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving
52.225-13 Restrictions On Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law For Breach Of Contract Claim
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations In Clauses
252.203-7000 Requirements Relating To Compensation Of Former DoD Officials
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials.
252.204-7003 Control Of Government Personnel Work Product
252.204-7004 Alt A System for Award Management
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.
252.204-7012 Safeguarding Of Unclassified Controlled Technical Information
252.204-7015 Disclosure Of Information To Litigation Support Contractors
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies On Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts For Commercial Items
252.246-7000 Material Inspection And Receiving Report
252.247-7023 Transportation Of Supplies By Sea-Basic
5352.201-9101 Ombudsman
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
5352.223-9001 Health and Safety on Government Installations

 

Bid Protests Not Available

Similar Past Bids

Colorado springs Colorado 22 Sep 2005 at 5 AM
Salem West virginia 13 Jul 2010 at 7 PM
Little rock air force base Arkansas 30 Jul 2020 at 4 PM
Travis air force base California 26 Sep 2005 at 5 AM
Springfield Virginia 05 Oct 2022 at 10 PM

Similar Opportunities

Tampa Florida 28 Jul 2025 at 1 PM
California 22 Jul 2025 at 10 PM
Warwick Rhode island 16 Jul 2025 at 3 PM
Mississippi 16 Jul 2025 at 10 PM