1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued.
2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Change Notice 20161222.
3) The standard industrial classification code is 4520, NAICS is 333999 - Power Boiler and Heat Exchanger Manufacturing. The Small Business Size Standard for this NAICS code is 750 employees.
CLIN Description Qty Unit Price Total
0001 Chiller 1 Ea.
0002 Fire Tube Giant Condensing Boiler 3 Ea.
0003 Gas Boiler 1 Ea.
Total Price
* See attachment I and II for further specifications
1) Delivery shall be F.O.B. Destination to:
5 CES/CEOE
Attn: Michael Nilson/701-723-4843
Bomber Blvd Bld. 505
Minot AFB, ND 58705
Delivery Date: 30 Days ADC or ___________ (Contractor must specify a date if this timeline is not feasible)
2) Quotes must be valid for 60 days after closing date and signed/dated using this document, and submitted by 27 July 2017, 10:00 A.M. CST. Quotes must be electronically submitted via email to the following points of contact. Failure to send to both points of contract will preclude the chances of receiving the award.
Primary: SrA Ryan Nichols - ryan.nichols.11@us.af.mil
Alternate: SrA TeAnte Cain - teante.cain@us.af.mil
3) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, TSgt Burnett at ginnafer.burnett@us.af.mil.
The following Clauses and provisions applies to this acquisition:
FAR 52-212-1 Instructions to Offerors - Commercial Items
FAR 52.212-2 Evaluation - Commercial Items:
This provision is incorporated by reference, and paragraph (a) is modified to read as follows:
(a) This is a competitive best value acquisition in which 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, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed evaluation factors shall be used in the evaluation process:
1. Price
2. Technical: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards listed above and the stated delivery date.
*All offerors shall submit technical description of the product being offered in sufficient detail, in addition to the price proposal, to evaluate compliance with the requirements in this solicitation.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished
to the successful offeror, shall result in a binding contract without further action by
either party. Before the offer's specified expiration time, the Government may accept an
offer (or part of an offer), whether or not there are negotiations after its receipt, unless a
written notice of withdrawal is received before award.
(End of Provision)
The following FAR clauses applies to this acquisition:
FAR 52.204-7 System for Awards Management
FAR 52.204-13 Systems for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.212-3 Offeror 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. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable:
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 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-15 Energy Efficiency in Energy Consuming Products
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving
FAR 52.225-1 Buy American Act-Supplies
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management
FAR 52.233-3 Protest after Award
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.247-34 F.O.B Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
The following DFARS clauses and provisions cited are applicable to this solicitation:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials
DFARS 252.203-7002 Requirement to inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials
DFARS 252.204-7003 Control of Government Work Product
DFARS 252.204-7004 Alt A System for Award Management
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.211-7003 Item Identification and Validation
DFARS 252.225-7048 Export Controlled Items
DFARS 252.232-7003 Electronic Submission of Payments
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
The following AFFARS clauses cited are applicable to this solicitation:
AFFARS 5352.201-9101 Ombudsman
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances