News

Aircraft Wheel Washer

Type of document: Contract Notice
Country: United States

Aircraft Wheel Washer

Agency:
Department of the Air Force

Official Address:
2402 Vandenburg McGuire AFB NJ 08641

Zip Code:
08641

Contact:
Guy Cholmondeley, Contracting Specialist, Phone 6097540699, Email guy.cholmondeley@us.af.mil

Link:

Date Posted:
13/09/2017

Classification:
36

Contract Description:

 

REQUEST FOR QUOTATIONS

 

 

Issued By:       87th Contracting Squadron/LGCC                               31 August 17

2402 Vandenberg Ave.

Joint Base MDL. 08641

 

Points of Contact:  SSgt Guy Cholmondeley, Contract Administrator (609) 754-4996, guy.cholmondeley@us.af.mil

 

RFQ NUMBER: F3A2A57171AG02

 

TITLE:  Aircraft Wheel Washer

This Requirement Is For Aircraft Wheel Washer for the 305 MXS/CCR. The Manufacturer shall provide a wheel washer in Building 2201 room 139, in the 305 Maintenance Squadron Wheel and Tire Shop section using existing electrical capabilities. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice. The Contractor shall provide all equipment, materials supplies and non-personal services including final design and labor required for the engineering, installation and testing of this project.  Submit only electronic quotations for RFQ F3A2A57171AG02 in response to this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 15 Aug 2016 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20160811 dated 11 Aug 2016.  It is the contractors’ responsibility to be familiar with applicable clauses and provisions.  This requirement is being issued as a 100% small business set-aside acquisition.  The North American Industrial Classification System Code is 333999 – All other miscellaneous general purpose machinery manufacturing, with a size standard of 500 employees.  The government intends to issue a firm fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) listed below and with the statement of work (SOW) attached.

 

Item No.

Description

Quantity

Unit

0001

AIRCRAFT WHEEL WASHER

1

EA

0002

STEAM EXHAUST PVC KIT W/ SWIVEL FLANGES & FASTENERS

1

EA

0003

208 VAC 60HZ UPGRADE

1

EA

0004

AIRCRAFT BEARING FIXTURE (21 BEARINGS)   

1

EA

0005

MAINTENANCE KIT W/SUCTION SCREEN BRUSH, BEARING

1

EA

 

FOB point is Destination. 

 

The required delivery date is not later than 60 days ADC. 

 

All quotes must be emailed to POC SSgt Cholmondeley at 87 CONS/LGCC by 14 September 2017, 4:00 pm, Eastern Standard Time (EST).

 

All contractors must be registered in the System for Award Management database prior to any contract award. 

 

Please submit the following information with each quote:  Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, and GSA Contract No. (If applicable), Date Offer Expires, Warranty, Line Item Unit Price(s), and Total Price.

 

POINTS OF CONTACT

 

SSgt Guy Cholmondeley, Contract Administrator, Phone 609-754-4996, guy.cholmondeley@us.af.mil

 

BASIS FOR AWARD:

 

IAW FAR 13.106-1(a) (2) award will be made to the offeror who represents the best value to the Government.  The following evaluation factor(s) will be used to determine best value:

 

Price – Lowest Price technically Acceptable.

Technical Acceptability

 

 

PROVISIONS/CLAUSES: 

 

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53.  The below provisions and clauses may be obtained via internet at

 

The following FAR provisions and clauses are applicable to this solicitation:

FAR 52.204-1 Approval of Contract

FAR 52.204-7, System for Award Management

FAR 52.204-12 Data Universal Numbering System Number Maintenance

FAR 52.204-13, System for Award Management Maintenance

FAR 52.204-16, Commercial and Government Entity Code Reporting

FAR 52.204-17, Ownership of Control of Offeror

FAR 52.204-18, Commercial and Government Entity Code Maintenance

FAR 52.204-20, Predecessor of Offeror

FAR 52.207-4, Economic Purchase Quantity-Supplies

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

FAR 52.209-7, Information Regarding Responsibility Matters.

FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

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

FAR 52.209-12 Certification Regarding Tax Matters.

FAR 52.212-1, Instructions to Offerors, Commercial Items

ADDENDUM TO 52.212-1:  Award will be made to the lowest priced technically acceptable offeror

FAR 52.212-2, Evaluation – Commercial Items

ADDENDUM TO 52.212-2:  To be technically acceptable the offeror must provide the required salient characteristics outlined in the statement of work. Offerors who do not provide the required documentation will be rated as technically unacceptable and their offer will be un-awardable.

FAR 52.212-3 Alt 1, Offerors Representations 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 52.212-3 Alt 1, Offeror Representations and Certifications – Commercial Items

FAR 52.212-4, Contract Terms and Conditions-Commercial Items

FAR 52.216-1, Type of Contract

FAR 52.225-2, Buy American Certificate

FAR 52.223-3, Hazardous Material Identification and Material Safety Data

FAR 52.223-6, Drug-Free Workplace

FAR 52.232-1, Payments

FAR 52.232-11, Extras

FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management

FAR 52.243-1, Changes–Fixed Price

FAR 52.246-1, Contractor Inspection Requirements

FAR 52.247-12, Supervision, Labor, or Materials

FAR 52.247-15, Contractor Responsibility for Loading and Unloading

FAR 52.247-17, Charges

FAR 52.247-40, Ex Dock, Pier, or Warehouse, Port of Importation

FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form)

FAR 52.252-2, Clauses Incorporated by Reference

FAR 52.228-5, Insurance – Work on a Government Installation

Addendum to 52.228-5 entitled “Insurance Work on a Government Installation: 

The required workmen’s compensation insurance shall extend to cover employer’s liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000.

 

General liability insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence. 

 

Automobile liability insurance policy shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage covering the operation of all automobiles used in connection with the performance of the contract.  At least the minimum limits of $200,000 per occurrence for property damage shall be required. 

 

The following DFARS provisions and clauses are applicable to this solicitation:

 

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights

DFARS 252.203-7005, Representations Relating to Compensation for Former DoD Officials

DFARS 252.204-7004, Alternate A, System for Award Management

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal

DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7006, Wide Area Workflow Payment Instructions 

AFFARS 5352.201-9101, Ombudsman.

 

The following provisions and clauses are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items

52.204-10 Reporting Executive Compensation and First-Tier Subcontrat Awards

52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.222-3 Convict Labor

52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000

52.222-21 Prohibition of Segregated Facilities

52.222-22, Previous Contracts and Compliance Reports

52.222-25, Affirmative Action Compliance

52.222-26 Equal Opportunity

52.222-40 Notification of Employee Rights Under the National Labor Relations Act

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

52.222-41 Service Contract Labor Standards

52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts)

52.222-55 Minimum Wages Under Executive Order 13658

 

ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at prior to award.  Lack of registration will make an Offeror ineligible for award.  Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months. 

 

Clauses and provisions incorporated by reference may be accessed via the Internet at or  

 

Quotes must be for all items stated, partial quotes will not be considered. 

Only firm fixed price offers will be evaluated.  Award will be made (all or none) to one vendor. 

 

ATTACHMENTS:

1.  Statement of Work

2.  Joint Base McGuire-Dix-Lakehurst Security Forces Appendix

3.  Anti-Terrorism Statement

4.  Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors

 

Response Date:
091417

Sol Number:
F3A2A57171AG02

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy