Portable Micro Crane (№8850494)

03 jul

Number: 8850494

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


03-07-2018

Description


Portable Micro CraneSolicitation Number: FA487718Q0329
Agency: Department of the Air Force
Office: Air Combat Command
Location: 355 CONS

Solicitation Number: FA487718Q0329

Notice Type: Award

Contract Award Date: July 2, 2018

Contract Award Number: FA487718P0090

Contract Award Dollar Amount: $27324.50

Contractor Awarded Name: VIZOCOM ICT LLC

Contractor Awarded DUNS: 079495111

Contractor Awarded Address: JONES1506 CONSTANCIA WAY
EL CAJON, California 92019-2093
United States

Synopsis: Added: Jun 19, 2018 6:19 pm

COMBINED SYNOPSIS/SOLICIATION ‘COMBO":
Portable Micro Crane


(i) This is a TIME SENSITIVE combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.


(ii) Solicitation FA4877-18-Q-0329 is issued as a Request for Quotation (RFQ).


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98 effective 01 May 2018. The DFARS provisions and clauses are those in effect to DPN 20180601 effective 30 May 2018. The AFFARS provisions and clauses are those in effect to AFAC 2018-0525 effective 25 May 2018. The Wage Determination 2015-5473 Revision #5 Dated 01/10/2018 will be incorporated into the purchase order.


(iv) This is a small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 333924 with a small business size standard of 750 employees.


(v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.


(vi) The government intends to award a firm-fixed price contract for the following:


Delivery of 1 ea SMART-RIG Crane Model M1 or EQUAL to the 309 AMARG complex at Davis-Monthan Air Force Base, AZ; in accordance with the attached Salient Characteristics.


(vii) The proposed contract action will be for immediate delivery, Not Later Than 14 July 2018.


(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:


1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.


2. Specific Instructions: The response shall consist of two (2) separate parts: Part I - Technical Acceptability and Part II - Price Proposal.


a. PART 1- TECHNICAL CAPABILITY - Submit one (1) copy of technical capability narrative, limit to 10 pages.
b. PART 2- PRICE - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages.


3. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable.


Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications listed in Attachment 2 (Salient Characteristics). Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror"s initial offer should contain the offeror"s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.


4. System for Award Management Registration.


(a) Definitions. As used in this provision-


"Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.


"Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern.


"Registered in the System for Award Management (SAM) database" means that-


(1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and
(2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database;


(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process.


(4) The Government has marked the record "Active".


(b)


(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.


(2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror"s name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database.


(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.


(1) An offeror may obtain a DUNS number-


(i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or


(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office.


(2) The offeror should be prepared to provide the following information:


(i) Company legal business name.


(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.


(iii) Company physical street address, city, state and Zip Code.


(iv) Company mailing address, city, state and Zip Code (if separate from physical).


(v) Company telephone number.


(vi) Date the company was started.


(vii) Number of employees at your location.


(viii) Chief executive officer/key manager.


(ix) Line of business (industry).


(x) Company Headquarters name and address (reporting relationship within your entity).


(d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.


(e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation.


(f) Offerors may obtain information on registration at https://www.acquisition.gov.



(ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:


(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. The following factors shall be used to evaluate offers:

(i) technical capability of the product offered to meet the Government requirement;
(ii) price;


The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated. Therefore, the offeror"s initial offer should contain the offeror"s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.


This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above and all items listed in Attachment 2 (Salient Characteristics).


(x) Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (Nov 2017).


(xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text.


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jan 2018), is hereby incorporated by reference, with the same force and effect as if it were given in full text.


(xiii) 52.252-1 -- Solicitation Provisions Incorporated by Reference.


Solicitation Provisions Incorporated by Reference (Feb 1998)


This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):


http://farsite.hill.af.mil/vffara.htm


Additionally, the following clauses and provisions apply to this acquisition:



FAR 52.204-7 System for Award Management Oct 2016
FAR 52.204-9 Personal Identity Verification of Contractor Personnel Jan 2011
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016
FAR 52.204-13 System for Award Management Maintenance Oct 2016
FAR 52.209-6 Protecting the Government"s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015
FAR 52.219-1 Small Business Program Representations Oct 2014
FAR 52.219-1 (Alt 1) Small Business Program Representations Alternate I Sept 2015
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 Jun 2003
FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Jan 2018
FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015
FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999
FAR 52.222-26 Equal Opportunity Sept 2016
FAR 52.222-36 Affirmative Action for Workers With Disabilities Jul 2014
FAR 52.222-41 Service Contract Labor Standards May 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 52.225-3 Buy American Act-Free Trade Agreement-Israeli Trade Act May 2014
FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008
FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul 2013
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004
FAR 52.237-1 Site Visit Apr 1984
FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr 1984
FAR 52.247-34 F.O.B. - Destination Nov 1991
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2013
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011
DFARS 252.204-7004 Alternate A, System for Award Management Feb 2014
DFARS 252.204-7011 Omnibus Clause: Alternative Line Item Structure Sep 2011
DFARS 252.223-7008 Prohibition of Hexavalent Chromium June 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 252.243-7001 Pricing of Contract Modifications Dec 1991
AFFARS 5352.201-9101 Ombudsman Jun 2016
AFFARS 5352.242-9000 Contractor Access To Air Force Installations Nov 2012
DM006 Individual Access to DM with a Criminal Background
DM010 Illegal Immigrants
DM017 DM Marijuana Policy



(xiv) NOTICE TO ALL INTERESTED PARTIES: Any questions regarding the services are due in writing NLT Friday, 22 June 2018 at 3:00PM Pacific Standard Time. Questions shall be submitted to: 355th Contracting Squadron/PK-AMARG, Attn: Breysi Stephens, via fax to 520-228-4261 or e-mail: [email protected] E-mail is preferred. An amendment will be issued addressing all questions received, providing the Government"s answers. Quotes are due no later than 3PM Pacific Standard Time on Friday, 22 June 2018; quotes shall include the following:


a. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 10 pages.
b. Part 2- Price - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages.
c. Part 3- Representations And Certifications (Reps/Certs) - Submit IAW para (x) above


BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable offer.


(xv) Quotations shall be submitted via email to Rachelle Jenkins at [email protected] or Breysi Stephens at [email protected]. For information regarding this solicitation, contact Rachelle Jenkins at (520)228-3095 or Breysi Stephens at (520) 228-3598.



DM012
CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS


Atch #: Item Description: Page(s):


1 Pricing Schedule 1
2 Salient Characteristics 1




Please consult the list of

document viewers if you cannot open a file. Attachment 1 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Attachment 1

Posted Date: June 19, 2018



Attach_1_-_CLIN_Pricing_Schedule_Portable_Micro_Crane.doc (46.00 Kb) Description: CLIN Pricing Schedule

Attachment 2 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Attachment 2

Posted Date: June 19, 2018



Attach_2_-_SALIENT_CHARACTERISTICS_Micro_Crane.pdf (37.59 Kb) Description: Salient Characteristics



Contracting Office Address: 3180 S Craycroft Rd
Davis Monthan AFB, Arizona 85707-3522


Place of Performance: 309 AMARG Warehouse
4860 S. Superior Ave.
Bldg 7328

Tucson, Arizona 85707
United States


Primary Point of Contact.: Rachelle L Jenkins, Contract Administrator

[email protected] Phone: 5202283095

Secondary Point of Contact: Breysi Stephens, Contracting Officer

[email protected] Phone: 5202283598 Fax: 520-228-4261