Garage Structure
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Oct 17, 2024 10:17 am EDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 25, 2024
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Rome , NY 13441USA
Description
Combined Synopsis/Solicitation for Commercial Products and Commercial Services
General Information
Title: Garage Structure
Document Type: Combined Synopsis/Solicitation
Solicitation Number: FA875124Q0086
Posted Date: 27 August 2024
Current Response Date: 10 September 2024
Classification Code: 5410
Set-Aside: Total Small Business
NAICS Code: 332311
CONTRACTING OFFICE ADDRESS
Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514
DESCRIPTION
This is a combined synopsis/solicitation for commercial products and commercial services 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; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.
Solicitation FA875124Q0086 is issued as a Request for Quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20240729.
See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as a total small business set-aside under NAICS code is 332311 and small business size standard 750 employees.
The contractor shall provide the item listed on the Specification attachment (attachment 1) and Drawing (attachment 2) using the following CLIN Structure:
Item 0001: Demolition of Existing Garage Structure
Item 0002: Purchase of the Garage to include shipping
Item 0003: Installation
on a firm fixed price basis including the cost of shipping FOB Destination:
SHIP HARDWARE TO:
DoDAAC: F4HBL1
Stockbridge Test Site
5251 Burleson Hill Road
Oneida, NY 13421
Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation.
Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory new.
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
DELIVERY
The anticipated delivery date is four (4) weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (Nov 1991). The place of delivery, acceptance and FOB destination point is Oneida, NY 13421.
INSTRUCTIONS
The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023), applies to this acquisition.
Addendum to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3:00 PM Eastern Time, Tuesday, 10 September 2024 Submit by email to leenawattie.budhu.1@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services.
(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.
(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. 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. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received.
(k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.
A site visit has been tentatively scheduled for 4 September 2024 at 10:00 am EST. Offerors wishing to attend must create a DBIDS Pre-Enrollment Request on https://dbids-global-enroll.dmdc.mil and email the QR confirmation code to leenawattie.budhu.1@us.af. mil at least two days prior to scheduled site visit. Participants will report the following address:
Stockbridge Test Site
5251 Burleson Hill Road
Oneida, NY 13421
Be sure to bring your driver's license/ID and QR.
EVALUATION
The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:
- Price and
- Technical Capability
The Government intends to award to the Lowest Priced Technically Acceptable Offeror. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the item listed in the Specification attachment (Attachment 1). All evaluation factors when combined are approximately equal.
REPRESENTATIONS AND CERTIFICATIONS
Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Nov 2023), as well as the following:
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—Representation
252.225-7000, Buy American--Balance Of Payments Program Certificate – Basic
For your convenience all referenced certifications are attached to this solicitation (Attachment 3).
TERMS AND CONDITIONS
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (May 2024), applies to this acquisition.
a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions))
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
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
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-27, Prohibition on a ByteDance Covered Application (Section 102 of Division R of Pub. L. 117-328).
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-19, Child Labor—Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers With Disabilities
52.222-50, Combating Trafficking in Persons
52.225-13, Restrictions on Certain Foreign Purchases
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33, Payment By Electronic Funds Transfer—System For Award Management
The following additional FAR and FAR Supplement provisions and clauses also apply:
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-21, Basic Safeguarding of Covered Contractor Information Systems
52.204-22, Alternative Line Item Proposal
52.247-34, FOB Destination
52.252-1, Solicitation Provisions Incorporated by Reference
52.252-2, Clauses Incorporated by Reference
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
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7024, Notice on the Use of the Supplier Performance Risk System
252.211-7003, Item Identification and Valuation
Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: N/A
Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description: 'N/A'
Para (c)(1)(iii). Attachment Nr.: 'N/A'
Para (c)(1)(iv). Attachment Nr.: 'N/A'
Para (f)(2)(iii). 'N/A'
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7001, Buy American and Balance of Payments Program
252.225-7002, Qualifying Country Sources as Subcontractors
252.225-7048 Export-Controlled Items
252.225-7055, Representation Regarding Business Operations with the Maduro Regime
252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)
252.225-7973, Prohibition on The Procurement Of Foreign-Made Unmanned Aircraft Systems—Representation (Deviation 2020-O0015)
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
252.244-7000, Subcontracts for Commercial Products and Commercial Services
252.246-7008, Source of Electronic Parts
252.247-7023, Transportation of Supplies by Sea – Basic
5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is: Ombudsman: AFRL/PK Director, Alternate Ombudsman: AFRL/PK Deputy Director, 1864 Fourth Street, WAFB OH 45433, Phone: (937) 904-9700, FAX: (937) 656-7321, Email: afrl.pk.workflow@us.af.mil
CONTRACT ADMINISTRATION DATA
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://piee.eb.mil/). Wide Area Workflow Training may be accessed online at https://pieetraining.eb.mil/wbt/xhtml/wbt/wawf/index.xhtml. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.
Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below:
For proposed Line Item Numbers with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels.
UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification.
(A)LABEL:
If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #.
If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #.
Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein.
All responsible organizations may submit a quote, which shall be considered.
Contact Information
Primary Point of Contact
- Leena Budhu
- leenawattie.budhu.1@us.af.mil
- Phone Number 3153302557
Secondary Point of Contact
- Larry Barto
- Larry.Barto.1@us.af.mil
- Phone Number 3153302672