News

Mobile Storage System

Type of document: Contract Notice
Country: United States

Mobile Storage System

Agency:
Department of the Air Force

Official Address:
2402 Vandenburg McGuire AFB NJ 08641

Zip Code:
08641

Contact:
Patrick S. Duff, Phone 6097545569, Email patrick.duff.5@us.af.mil

Link:

Date Posted:
06/09/2017

Classification:
72

Contract Description:
 

Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred as a result of this solicitation.

This is a combined synopsis/solicitation for mobile storage on Joint Base McGuire-Dix-Lakehurst, New Jersey in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13.105(b), supplemented with additional information included in this notice. This announcement constitutes the solicitation only; quotes are being requested and a written solicitation will not be issued.

 

This solicitation is being issued as a Request for Quotation (RFQ) IAW FAR Part 12 & 13 procedures.  Submit only written quotations for RFQ F3A39G7208A001 in response to this solicitation.  This RFQ constitutes the only notice as this requirement is exempt from synopsis by FAR 5.202(a) (13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-9, effective 19 Jan 17 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20161222 (effective 22 Dec 16).  It is the contractors’ responsibility to be familiar with applicable clauses and provisions.  This requirement is being issued as a 100% woman-owned small business set-aside acquisition.  The North American Industrial Classification System Code is 337215 – Showcase, partition, shelving, and locker manufacturing with a small business 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) as follows:

Item No.

Description

Quantity

Unit

0001

Powered Mobile Storage System

1

EA

0002

Delivery

1

EA

 

 

 

 

 

 

 

 

 

FOB point is Destination. 

 

The required delivery date is not later than 30 days ADC. 

 

All quotes must be emailed to POC Patrick Duff at patrick.duff.5@us.af.mil at 87 CONS/LGCC by 20 September, 3:00 pm, Eastern Time (ET).

 

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.

 

 

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:

 

Lowest Price Technically Acceptable

 

PROVISIONS: 

 

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 are applicable to this solicitation:

FAR 52.204-7, System for Award Management

FAR 52.204-16, Commercial and Government Entity Code Reporting

FAR 52.204-17, Ownership of Control of Offeror

FAR 52.204-20, Predecessor of Offeror

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

FAR 52.209-7, Information Regarding Responsibility Matters.

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

FAR 52.211-7, Alternatives to Government-Unique Standards

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 charactersitics outlined in the performance work statement. 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 52.219-1 Alternate I, Small Business Program Representation.

FAR 52.222-22, Previous Contracts and Compliance Reports.

FAR 52.222-25, Affirmative Action Compliance

FAR 52.225-2, Buy American Certificate

FAR 52.243-1, Changes–Fixed Price

FAR 52.247-45, F.o.b. Origin and/or F.o.b. Destination Evaluation.

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 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

52.222-21 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.  Performance Work Statement

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

3.  Anti-Terrorism Statement

Response Date:
092017

Sol Number:
F3A39G7208A001MobileStorageSystem

 

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