Skip to main content

An official website of the United States government

You have 2 new alerts

Airlift High Security Container

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 (Original)
  • Original Published Date: Jun 01, 2022 11:15 am EDT
  • Original Date Offers Due: Jun 17, 2022 09:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 02, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3685 - SPECIALIZED METAL CONTAINER MANUFACTURING MACHINERY AND RELATED EQUIPMENT
  • NAICS Code:
    • 332439 - Other Metal Container Manufacturing
  • Place of Performance:
    Moody AFB , GA 31699
    USA

Description

COMBINED SYNOPSIS SOLICITATION (COMBO):

Airlift High Security Container, Moody Air Force Base

“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.”

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; submissions are being requested and a written solicitation will not be issued.

The Solicitation Number is:  ­­­­FA483021QZ005

The solicitation document and incorporated provisions and clauses are those in effect through the following:

Federal Acquisition Circular (FAC):  2022-06

DFARS Publication Notice (DPN):  04/28/2022

Air Force Federal Acquisition Circular (AFAC):  2022-0502

NAICS Code: 332439        Size Standard:  500 Employees

 The corresponding index entry is:  Other Metal Container Manufacturing

 This solicitation is Set-aside for Small Business.

Description of the Requirement:  The contractor shall furnish all product(s) in accordance with the attached Security Container Specifications document.

The FOB Point is:  Destination

Place of Performance or Delivery Address:  Moody AFB

FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Nov 2021), is hereby incorporated by reference with the same force and effect as if it were given in a full text.  In addition to any addendum provided via attachment to this Solicitation, all terms and conditions of FAR 52-212.1 remain in effect.

FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (Nov 2021), will be used to evaluate quotes received.

The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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:

(Lowest Price Technically Acceptable or Price Trade-Off)

                        (1) Price

(2) Technical Acceptability

(a) In order for this quote to be considered “Technically Acceptable” it must meet:

            (i) – See attached Specifications

The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it’s determined to be in the best interests of the Government.

Each offeror shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (May 2022) are updated at www.sam.gov.  Failure to obtain SAM registration MAY result in submissions not being considered for award.

The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2021), is hereby incorporated by reference with the same force and effect as if it were given in full text.

The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (May 2022) is hereby incorporated by reference with the same force and effect as if it were given in full text.  All provisions and clauses can be found in Section 17 of this document.

Defense Priorities and Allocations System (DPAS):  N/A

Offers will be due by:  Friday, 17 June 2022 at 9:00 AM EST.

List of Attachments:

1.  Security Containers Specifications,1 Jun 2022

Clauses and Provisions Incorporated by Reference

FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

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 52.219-28 Post Award Small Business Program Representation

FAR 52.222-3 Convict Labor

FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies

FAR 52.222-21 Prohibition of Segregated Facilities

FAR 52.222-26 Equal Opportunity

FAR 52.222-50 Combating Trafficking in Persons

FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.225-1 Buy American—Supplies

FAR 52.225-13 Restrictions on Certain Foreign Purchases

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

FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

FAR 52.204-13 System for Award Management Maintenance

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation

FAR 52.232-39 Unenforceability of Unauthorized Obligations

FAR 52.232-40 Providing Accelerated payments to Small Business Subcontractors

FAR 52.233-3 Protest After Award

FAR 52.245-1 Government Property

FAR 52.245-9 Use and Charges

FAR 52.246-16 Responsibility for Supplies

FAR 52.247-34 F.O.B. Destination

FAR 52.252-2 (Contract) Clauses Incorporated by Reference (Fill-in Text) – www.acquisition.gov

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

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights

DFARS 252.204-7003 Control of Government Personnel Work Product

DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.211-7003  Item Unique Identification and Valuation.

DFARS 252.211-7007 Reporting of Government-Furnished Property

DFARS 252.223-7008 Prohibition of Hexavalent Chromium

DFARS 252.225-7001 Buy American and Balance of Payments Program

DFARS 252.225-7002 Qualifying Country Sources as Subcontractors

DFARS 252.225-7048 Export-Controlled Items

DFARS 252.232-7003 Electronic Submission of Payment Requests

DFARS 252.232-7006 Wide Area Workflow Payment Instructions

DFARS 252.232-7010 Levies on Contract Payments

DFARS 252.243-7001 Pricing of Contract Modifications

DFARS 252.244-7000 Subcontracts for Commercial Items

AFFARS 5352.201-9101 Ombudsman

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)

(a) Definitions. As used in this clause--

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.

Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall--

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self registration available at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:

(1) Document type. The Contractor shall use the following document type(s).

COMBO = Commodities & Services Contracts

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

Not Applicable

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in

applicable fields in WAWF when creating payment requests and receiving reports in the

system.

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC F87700

Issue By DoDAAC FA4830

Admin DoDAAC FA4830

Ship To Code

Service Acceptor (DoDAAC)

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.

Not Applicable

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

Not Applicable

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

 (End of clause)

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 229 257 2737 4380 B ALABAMA RD BLDG 932
  • MOODY AFB , GA 31699-1700
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jul 02, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Original)