이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] Vehicle Equipment Outfitting BPA
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.08.03
원본

 

공고명: Vehicle Equipment Outfitting BPA

게시일: 2017/08/02

마감일: 2017/08/11

수행지역: 미국

카테고리: 31 - 제조부품

 

공고내용

 

Solicitation Number :

FA448417Q0010_Vehicle_Equip_BPA


Notice Type :

Combined Synopsis/Solicitation

 

Synopsis :


Added: Jul 17, 2017 4:25 pm Modified: Jul 28, 2017 1:37 pmTrack Changes
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice for a Blanket Purchase Agreement (BPA). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-17-Q-0010 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 17 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20161222. 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 811198 - Other Automotive Repair and Maintenance with a small business size standard of $7.5M. The government intends to issue a blanket purchase agreement. Price lists shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: PRICING: Please fill in attached price list.PLACE OF PERFORMANCE: Contractors Site. Price lists are due on:  11 Aug 2017 12:00 PM EDTPrice lists will be submitted to: MSgt Joe Molina (joe.molina@us.af.mil) APPLICABLE CLAUSES/PROVISIONS: FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content PaperFAR 52.204-6, Data Universal Numbering System NumberFAR 52.204-7, Alt 1, System for Award ManagementFAR 52.204-12 Data Universal Numbering System Number MaintenanceFAR 52.204-13, System for Award Management MaintenanceFAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-17, Ownership of Control of OfferorFAR 52.204-18, Commercial and Government Entity Code MaintenanceFAR 52.204-20, Predecessor of OfferorFAR 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 52.209-12, 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. Utilize the Price list provided in the attachment for your pricing.FAR 52.212-3, Alt 1, Offerors Representations and Certifications - Commercial ItemsFAR 52.212-4, Contract Terms and Conditions--Commercial ItemsFAR 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 52.222-22, Previous Contracts and Compliance ReportsFAR 52.222-25, Affirmative Action ComplianceFAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor FAR 52.252-1, Solicitation Provisions Incorporated by ReferenceFAR 52.252-2, Clauses Incorporated by ReferenceFAR 52.228-5, Insurance - Work on a Government InstallationAddendum 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. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002, Requirements to Inform Employees of Whistleblower RightsDFARS 252.203-7005, Representations Relating to Compensation for Former DoD OfficialsDFARS 252.204-7004, Alternate A, System for Award ManagementDFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical InformationDFARS 252.209-7998, Representation Regarding Conviction of a Felony CriminalDFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal LawDFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving ReportsDFARS 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 Items52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.222-3, Convict Labor52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-40, Notification of Employee Rights Under the National Labor Relations Act52.222-50, Combating Trafficking in Persons52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving52.225-13, Restrictions on Certain Foreign Purchases52.232-33, Payment by Electronic Funds Transfer - System for Award Management52.222-41, Service Contract Labor Standards52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts)52.222-55, Minimum Wages Under Executive Order 1365852.232-36, Payment by Third Party 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 http://wawf.eb.mil 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 http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. 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. SFS Decal Performance Statement of Work2. Blackout Light Statement of Work3. Department of Labor Wage Determination 2005-4191 Revision 14. Joint Base McGuire-Dix-Lakehurst Security Forces Appendix5. Anti-Terrorism Statement6. Vehicle Equipment Price List This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice for a Blanket Purchase Agreement (BPA). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-17-Q-0010 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 17 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20161222. 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 811198 - Other Automotive Repair and Maintenance with a small business size standard of $7.5M. The government intends to issue a blanket purchase agreement. Price lists shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: PRICING: Please fill in attached price list.PLACE OF PERFORMANCE: Contractors Site. Price lists are due on: 31 July 2017 12:00 PM EDTPrice lists will be submitted to: MSgt Joe Molina (joe.molina@us.af.mil) APPLICABLE CLAUSES/PROVISIONS: FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content PaperFAR 52.204-6, Data Universal Numbering System NumberFAR 52.204-7, Alt 1, System for Award ManagementFAR 52.204-12 Data Universal Numbering System Number MaintenanceFAR 52.204-13, System for Award Management MaintenanceFAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-17, Ownership of Control of OfferorFAR 52.204-18, Commercial and Government Entity Code MaintenanceFAR 52.204-20, Predecessor of OfferorFAR 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 52.209-12, 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. Utilize the Price list provided in the attachment for your pricing.FAR 52.212-3, Alt 1, Offerors Representations and Certifications - Commercial ItemsFAR 52.212-4, Contract Terms and Conditions--Commercial ItemsFAR 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 52.222-22, Previous Contracts and Compliance ReportsFAR 52.222-25, Affirmative Action ComplianceFAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor FAR 52.252-1, Solicitation Provisions Incorporated by ReferenceFAR 52.252-2, Clauses Incorporated by ReferenceFAR 52.228-5, Insurance - Work on a Government InstallationAddendum 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. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002, Requirements to Inform Employees of Whistleblower RightsDFARS 252.203-7005, Representations Relating to Compensation for Former DoD OfficialsDFARS 252.204-7004, Alternate A, System for Award ManagementDFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical InformationDFARS 252.209-7998, Representation Regarding Conviction of a Felony CriminalDFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal LawDFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving ReportsDFARS 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 Items52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.222-3, Convict Labor52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-40, Notification of Employee Rights Under the National Labor Relations Act52.222-50, Combating Trafficking in Persons52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving52.225-13, Restrictions on Certain Foreign Purchases52.232-33, Payment by Electronic Funds Transfer - System for Award Management52.222-41, Service Contract Labor Standards52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts)52.222-55, Minimum Wages Under Executive Order 1365852.232-36, Payment by Third Party 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 http://wawf.eb.mil 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 http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. 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. SFS Decal Performance Statement of Work2. Blackout Light Statement of Work3. Department of Labor Wage Determination 2005-4191 Revision 14. Joint Base McGuire-Dix-Lakehurst Security Forces Appendix5. Anti-Terrorism Statement6. Vehicle Equipment Price List    

 

Please consult the list of document viewers if you cannot open a file.


RFQ Attachments


Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)


Label:

RFQ Attachments


Posted Date:

July 17, 2017

 

 

SOW_Police_Vehicle_Decals.docx (23.42 Kb)

Description: Police Vehicle Decal SOW

 

621_CRSS_LSSV_Blackout_lights_SOW2.docx (2,310.71 Kb)

Description: Blackout Light SOW

 

Attachment_1_Police_Decals.pdf (522.52 Kb)

Description: Police Decal Image

 

Attachment_2-_JBMDL_Police_Shield.pdf (1,108.75 Kb)

Description: Police Shield Decal

 

Wage_Determination.docx (31.94 Kb)

Description: Wage Determination

 

Antiterrorism_Statement_20170327.docx (12.75 Kb)

Description: Anti-terrorism Statement

 

87th_SECURITY_FORCES_APPENDIX_-_20170327.docx (1,167.50 Kb)

Description: Security Forces Appendix

 

SFS_Vehicle_Outfitting_BPA_Price_List_20170515.xlsx (18.38 Kb)

Description: BPA Price List (Use Document for Pricing)

 

RFI#1


Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)


Label:

RFI#1


Posted Date:

August 1, 2017

 

 

FA448417Q0010_RFI_1.pdf (98.09 Kb)

Description: Request for Information

 

Vehicle Equipment SOW


Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)


Label:

Vehicle Equipment SOW


Posted Date:

August 1, 2017

 

 

SFS_Vehicles_SOW_Revised__27_Mar_17.docx (41.72 Kb)

Description: Vehicle Equipment SOW

 

Contracting Office Address :

2402 Vandenburg McGuire AFB, New Jersey 08641 United States


Place of Performance :

Contractors Location JB MDL, New Jersey 08641 United States


Primary Point of Contact. :


Joe Molina,

Contract Officer

joe.molina@us.af.mil

Phone: 6097542430

 

원본 URL: https://www.fbo.gov/index?s=opportunity&mode=form&id=4c126452ec5171326b7c3c88f82361b0&tab=core&_cview=1