Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

BEAR Engines IDIQ

Process Number FA822722QBEAR

USA

Dates:


Notice ID:

FA822722QBEAR

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

FA8227 AFMC OL H PZIMB

Office:

FA8227 AFMC OL H PZIMB

General Information:


All Dates/Times are:

(utc-07:00) mountain standard time, denver, usa

Updated Published Date:

(utc-07:00) mountain standard time, denver, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jan 26, 2022 03:00 pm mst

Inactive Policy:

15 days after date offers due

Original Inactive Date:

feb 10, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

2815 - diesel engines and components

NAICS Code:

335312 - motor and generator manufacturing

Description:


Original Set Aside:

Combined Synopsis/Solicitation » BEAR Engines IDIQ « This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation Number: FA8227-22-Q-BEAR This solicitation is issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2022-01. Contracting Officer's Business Size Selection Other Than Full and Open Competition NAICS Code 335312 Small Business Size Standard 1,250 Employee CLIN Description 0001 QSK38-G5 Diesel Generator Drive Engine 1001 QSK38-G5 Diesel Generator Drive Engine 2001 QSK38-G5 Diesel Generator Drive Engine 3001 QSK38-G5 Diesel Generator Drive Engine 4001 QSK38-G5 Diesel Generator Drive Engine Description of item(s) to be acquired: The purpose of this requirement is to provide OO-ALC 309 EMXG 526th EMXS with all new Cummins QSK38-G5 Diesel Generator Drive Engines. This effort will be utilizing an IDIQ five (5) year contract to purchase between a minimum of one (1) engine to a maximum of five (5) engines needed per year. The complete engine with ECM, turbo, starter, and alternator will be needed. Any Dino testing will need to be completed before delivery with a one year warranty on all electrical and mechanical parts. The actual installation will be done by the government. Delivery and place: PoP: 5 Years After Date of Contract 6 week delivery from date of order FOB Destination delivery terms shall apply to all orders. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 26 Jan. 2022, via electronic mail to costadena.bournakis@us.af.mil Provide Cage code when submitting offer Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) OTHER FAR CLAUSES AND PROVISIONS 52.202-1 Definitions 52.203-3 Gratuities 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.216-18 Ordering 52.216-19 Order Limitations 52.216-22 Indefinite Quantity 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-17 Nondisplacement of Qualified Workers 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment 52.222-54 Employment Eligibility Verification. 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-10 Waste Reduction Program. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.229-3 Federal, State, and Local Taxes. 52.232-33 Payment by Electronic Funds Transfer—System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract 52.242-13 Bankruptcy 52.247-34 F.o.b. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of Another Country that is a State Sponsor of Terrorism 252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Deviation 2021-O0009) 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 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment. 252.244-7000 Subcontracts for Commercial Items 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Melinda M. Schmidt; Hill Ombudsman/Competition Advocate; melinda.schmidt@us.af.mil; 801-777-6549; OL_H AFSC/PZC. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause) Additional Contract Requirement or Terms and Conditions: N/A Defense Priorities and Allocations System (DPAS): N/A Proposal Submission Information: All questions or comments must be sent to Dena Bournakis by email at costadena.bournakis@us.af.mil, NLT 1500 MT, 12 Jan, 2022. Offers are due by 1500 MT, 26 Jan, 2022, via electronic mail to costadena.bournakis@us.af.mil. For additional information regarding the solicitation, contact Dena Bournakis at costadena.bournakis@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil Notice to Offerors: 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 solicitation incorporates one or more clauses and/or 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. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far Attachments: Purchase Specification Sheet SSJ

Attachments / Links:


Document Size Updated date Download

Contact Information:


CP 801 586 8612 6038 ASPEN AVE BLDG 1289

HILL AFB , UT 84056-5805

USA

Primary Point of Contacts:

Costadena Bournakis

Secondary Point of Contact:

Hideo Mera