Tender Results of Dept Of The Air Force Usa
Tender Results of Dept Of The Air Force Usa
DEPT OF THE AIR FORCE USA Tender Result
United States
Contract Date1 Oct 2020
Contract AmountUSD 277 K
Fy21 Hvac Cooling Tower Treatment
DEPT OF THE AIR FORCE USA Tender Result
United States
Contract Date1 Oct 2020
Contract AmountUSD 329.4 K
The Following Requirement Is For One (1) Full-time Equivalent (fte) Budget Analyst At The Wilford Hall Ambulatory Surgical Center (whasc), Jbsa Lackland, Tx please See The Attached Combined Synopsis/solicitation And Atchs No.1, 2, 3, And 4 For Further Instruction For Quotation And Information On The Requirement.
DEPT OF THE AIR FORCE USA Tender Result
United States
Contract Date1 Oct 2020
Contract AmountUSD 611.4 K
*** Update 21 September - Please Note That Offerors Do Not Need To Use Sf 1449. The Government Will Use Submitted Bid Schedules To Calculate Total Evaluated Prices. Solicitation Language Modified Accordingly . additionally, Typical Wait Time Is Approximately 10-15 Minutes For Commercial Vehicles To Enter Through The Security Gates. Unit Of Issue For All Clins Ending In 006 And 007 Is Tons *** *** Update 18 September - Response Date Extended To 21 September @ 3:00 Pm. Please Note The Date On The Ppq Is Incorrect. For Proposal Development, Offerors Are Informed That Pricing For Newport Must Be Included Within The Pricing For Rrs. *** *** Update 15 September - Appendix G - Bid Schedule Has Been Attached For Offerors To Use In Submitting Offers. *** this Is A Combined Synopsis/solicitation For Commercial Items 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; Proposals 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 Fa875120r0025 Is Issued As A Request For Proposal (rfp). this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2020-08 And Defense Federal Acquisition Regulation Supplement Change Notice (dcn) 20200605.
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 562111 And Small Business Size Standard Is $41.5m In Average Annual Receipts. the Contractor Shall Provide Solid Waste Management Services On A Firm Fixed Price Basis Including The Cost Of Shipping Fob Destination In Accordance With The Performance Work Statement Document, Dated 17 April 2020 (attachment 1). the Anticipated Period Of Performance Is 01 October 2020 Through 30 September 2021, Plus Four (4) Option Years. If Necessary, Any 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: f4hbc1
150 Electronic Pkwy
m/f: Rioc
rome Ny 13441-4516 the Provision At 52.212-1, Instructions To Offerors – Commercial Items (jun 2020), Applies To This Acquisition.
addenda To The Following Paragraphs Of 52.212-1 Are:
(b) Electronic Copies Of Proposals Are Due At Or Before 3 Pm Est, Tba. Proposals Shall Be Submitted To Leena Budhu @ Leenawattie.budhu.1@us.af.mil.
(b)(6) Offerors Shall Use The Pws Bid Schedule (appendix G) To Submit Their Pricing Details/breakout, Which The Government Will Use To Calculate Their Total Evaluated Price.
(b)(10) Offerors Shall Submit Past Performance Questionnaires (ppqs) For No More Than Five (5) Of The Most Relevant Contracts Performed For Government Agencies And Commercial Customers Within The Last Three (3) Years, Which Demonstrate The Ability Of The Offeror To Perform The Proposed Effort. The Ppq Is Provided As Attachment 3.
offerors Will Complete Section A Of The Ppq (pages 2 & 3) For Each Reference And Include One (1) Copy With Their Proposal. The Offeror Will Complete Block 2 Of Section B For Each Referenced Contract, Submit Section B Of The Ppq Directly To Their References, And Then Request That The References Return The Ppqs Directly To The Government By The Solicitation Closing Date.
(b)(12) 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.
(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. the Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014) Applies. In Addition To The Information Within Paragraph (a), The Following Factors Shall Be Used To Evaluate Offers: the Following Factors Shall Be Used To Evaluate Offers: (i) Technical Acceptability (ii) Price, And (iii) Past Performance. The Government Intends To Award To The Lowest Priced, Technically Acceptable Offeror With No Negative Past Performance. By Submission Of Its Offer, The Offeror Accedes To All Solicitation Requirements, Including Terms And Conditions, Representations And Certifications, And Technical Requirements. Offerors Must Clearly Identify Any Exception To The Solicitation In Terms And Conditions And Provide Complete Accompanying Rationale. In Determining Acceptable Past Performance, In Addition To The Offeror’s Ppqs, Afrl/riko Will Independently Obtain Data From Other Government And Commercial Sources In Order To Consider An Offeror’s History Of Compliance With Delivery Schedules, Order Support, And General Customer Satisfaction. offerors Are Required To Complete Representations And Certifications Found In The Provision At: far 52.212-3, Offeror Representations And Certifications -- Commercial Items (jun 2020).
52.209-7, Information Regarding Responsibility Matters (oct 2018)
52.229-11, Tax On Certain Foreign Procurements—notice And Representation (jun 2020)
252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (dec 2019)
252.225-7973, Prohibition On The Procurement Of Foreign-made Unmanned Aircraft Systems—representation (may 2020) (deviation 2020-o0015) for Your Convenience All Referenced Certifications Are Attached To This Solicitation. (attachment 2) terms And Conditions:
the Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items (oct 2018), Applies To This Acquisition.
the Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (aug 2020), Applies To This Acquisition.
the Following Additional Far Clauses Cited In The Clause Are Applicable To This Acquisition
the Clause At 52.217-9, Option To Extend The Term Of The Contract (mar 2000) Applies To This Acquisition As Follows: (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 5 Years.
52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402).
52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note).
52.209-6, Protecting The Government Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (jun 2020) (31 U.s.c. 6101 Note).
52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313).
52.219-6, Notice Of Total Small Business Aside (mar 2020) Deviation 2020-o0008 (15 U.s.c. 644
52.219-8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)).
52.219-14, Limitations On Subcontracting (mar 2020) (deviation 2020-o0008) (15 U.s.c. 637(a)(14)).
52.219-28, Post Award Small Business Program Re-representation (mar 2020) (15 U.s.c. 632(a)(2)).
52.222-3, Convict Labor (jun 2003) (e.o. 11755)
52.222-19, Child Labor—cooperation With Authorities And Remedies (jan 2020) (e.o. 13126).
52.222-21, Prohibition Of Segregated Facilities (apr 2015).
52.222-26, Equal Opportunity (sep 2016) (e.o. 11246)
52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212
52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793)
52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212)
52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627)
52.222-54, Employment Eligibility Verification (oct 2015) (e.o. 12989).
52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513)
52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.’s Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury)
52.232-33, Payment By Electronic Funds Transfer—system For Award Management (oct 2018) (31 U.s.c. 3332)
52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67)
52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67)
this Statement Is For Information Only: It Is Not A Wage Determination
employee Class
monetary Wage -- Fringe Benefits
refuse Collector
$13.58 + $4.27 = $17.85
52.222-43, Fair Labor Standards Act And Service Contract Labor Standards -- Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015) (eo 13658)
52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (eo 13706)
the Following Additional Far And Far Supplement Provisions And Clauses Also Apply:
52.203-3, Gratuities (apr 1984) (10 U.s.c. 2207)
52.203-17 – Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020) 41 U.s.c. 4712 By Section 828 Of The National Defense Authorization Act For Fiscal Year 2013 (pub. L. 112-239) And Far 3.908.
52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
52.204-22, Alternative Line Item Proposal (jan 2017)
52.228-5 Insurance-work On A Government Installation (jan 1997)
52.232-18, Availability Of Funds. (apr 1984)
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (apr 1984)
52.232-40, Providing Accelerated Payments To Small Business Subcontractors (dec 2013)
52.247-34, Fob Destination (nov 1991)
252.203-7000, Requirements Relating To Compensation Of Former Dod Officials (sep 2011) (section 847 Of Pub. L. 110-181)
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights. (sep 2013)
252.203-7005, Representation Relating To Compensation Of Former Dod Officials (nov 2011).
252.204-7003 Control Of Government Personnel Work Product (apr 1992)
252.204-7004 Dod Antiterrorism Awareness Training For Contractors (feb 2019)
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (oct 2016)
252.204-7012, Safeguarding Of Unclassified Controlled Technical Information (dec 2019)
252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support (may 2016)
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (dec 2019)
252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism. (may 2019)
252.223-7008, Prohibition Of Hexavalent Chromium (jun 2013)
252.225-7012, Preference For Certain Domestic Commodities (dec 2017) (10 U.s.c. 2533a)
252.225-7048 Export-controlled Items (jun 2013)
252.225-7052 Restriction On The Acquisition Of Certain Magnets, Tantalum, And Tungsten (feb 2020) (deviation 2020-o0006)
252.225-7972, Prohibition On The Procurement Of Foreign-made Unmanned Aircraft Systems (may 2020) (deviation 2020-o0015)
252.225-7974 Representation Regarding Business Operations With The Maduro Regime (feb 2020) (deviation 2020-o0005)
252.226-7001, Utilization Of Indian Organizations, Indian-owned Economic Enterprises, And Native Hawaiian Small Business Concerns (apr 2019) (section 8021 Of Public Law 107-248 And Similar Sections In Subsequent Dod Appropriations Acts)
252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) (10 U.s.c. 2227)
252.232-7006, Wide Area Workflow Payment Instructions (dec 2018)
252.232-7010, Levies On Contract Payments (dec 2006)
252.232-7017, Accelerating Payments To Small Business Subcontractors—prohibition On Fees And Consideration (apr 2020)
252.237-7010, Prohibition On Interrogation Of Detainees By Contractor Personnel (jun 2013) (section 1038 Of Pub. L. 111-84)
252.243-7001 Pricing Of Contract Modifications (dec 1991)
252.243-7002, Requests For Equitable Adjustment (dec 2012) (10 U.s.c. 2410)
252.244-7000, Subcontracts For Commercial Items (jun 2013)
252.247-7023, Transportation Of Supplies By Sea – Basic (feb 2019) (10 U.s.c. 2631(a))
5352.201-9101, Ombudsman (oct 2019) Is Hereby Incorporated Into This Solicitation. The Ombudsman For This Acquisition Is Ombudsman: Mr. Steven L. Ewers, Afrl/pk, 1864 Fourth Street, Wright-patterson Afb Oh 45433-7130, Comm (937) 904-4407, Email: Steven.ewers@us.af.mil
5352.223-9001, Health And Safety On Government Installations (oct 2019)
5352.242-9000, Contract Access To Air Force Installations (oct 2019)
(a) The Contractor Shall Obtain Installation Identification For All Contractor Personnel Who Make Frequent Visits To Or Perform Work On The Air Force Installation(s) Cited In The Contract. Contractor Personnel Are Required To Wear Or Prominently Display Installation Identification Badges Or Contractor-furnished, Contractor Identification Badges While Visiting Or Performing Work On The Installation.
(b) The Contractor Shall Submit A Written Request On Company Letterhead To The Contracting Officer Listing The Following: Contract Number, Location Of Work Site, Start And Stop Dates, And Names Of Employees And Subcontractor Employees Needing Access To The Installation. The Letter Will Also Specify The Individual(s) Authorized To Sign For A Request For Identification Credentials. The Contracting Officer Will Endorse The Request And Forward It To The Security Police For Processing. When Reporting To The Security Police Office, The Authorized Contractor Individual(s) Should Provide A Valid Driver's License, Current Vehicle Registration, And Valid Vehicle Insurance Certificate.
(c) During Performance Of The Contract, The Contractor Shall Be Responsible For Obtaining Required Identification For Newly Assigned Personnel And For Prompt Return Of Credentials For Any Employee Who No Longer Requires Access To The Work Site.
(d) When Work Under This Contract Requires Unescorted Entry To Controlled Or Restricted Areas, The Contractor Shall Comply With Afi 31-101, Integrated Defense, Afman 16-1405, Air Force Personnel Security Program, And Applicable Individual Area Operating Instructions.
(e) Upon Completion Or Termination Of The Contract Or Expiration Of The Installation Identification Badges, The Prime Contractor Shall Ensure That All Installation Identification Badges Issued To Employees And Subcontractor Employees Are Returned To The Issuing Office.
(f) Failure To Comply With These Requirements
(end Of Clause) the Following Additional Terms And Conditions Apply:
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://wawf.eb.mil). Wide Area Workflow Training May Be Accessed Online At Http://www.wawftraining.com. Please Confirm In Your Proposal That Your Company Is Able To Submit Electronic Invoices As Set Forth In The Clause. all Responsible Organizations May Submit A Proposal, Which Shall Be Considered. notice To Offeror(s)/suppliers(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.
DEPT OF THE AIR FORCE USA Tender Result
United States
Contract Date1 Oct 2020
Contract AmountUSD 5.2 Million
Ambulance Services Peterson Afb And Schriever Afb
DEPT OF THE AIR FORCE USA Tender Result
United States
Contract Date30 Sep 2020
Contract AmountUSD 31.6 K
Please Refer To Attached Documents For More Information. All Quotes Must Be In Line With The Attached Statement Of Work.
DEPT OF THE AIR FORCE USA Tender Result
United States
Contract Date30 Sep 2020
Contract AmountUSD 59.8 K
The Air Force Test Center, Installation Operational Contracting Division, Eglin Afb, Fl Intends To Solicit And Award A Firm-fixed Price (ffp) Contract For Two (2) New Utility Tractors. This Is A Combined Synopsis/solicitation For Commercial Items Prepared Under Federal Acquisition Regulation (far) Subpart 12.6 - Streamlined Procedures For Evaluation And Solicitation For Commercial Items, And Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued. 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. Interested Parties Shall See Attached Documentations For More Information.
DEPT OF THE AIR FORCE USA Tender Result
United States
Contract Date30 Sep 2020
Contract AmountUSD 77.8 K
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. The Request For Quote (rfq) Number Is Fa671220q0015. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2020-08. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. Clauses Can Be Accessed In Full Text At These Addresses: Www.acquisition.gov. The Naics Code Is 334290 And The Small Business Standard Is 750 Employees. the 911th Airlift Wing-pittsburgh Air Reserve Station Intends To Negotiate A Sole Source Contract With Government Contracting Services, Llc. Government Contracting Services, Llc Is Currently The Air Force Reserve Command Awarded Contractor For Maintenance Services To The System In Which The 911th Requires Additional Utility. This Single Source Procurement Will Be In Accordance With Far 13.106-1(b)(1). this Request For Quote (rfq) Solicitation Is Issued Under The Authority Of Far Part 12 Acquisition Of Commercial Items And Far Part 13 Simplified Acquisition Procedures. Far Part 15 Will Not Be Used. award Shall Be Made On The Evaluation Basis Of Lowest Price Technically Acceptable. the Pittsburgh 911th Airlift Wing Located In Coraopolis, Pa Has A Requirement For The Following: clin 0001:
-provide All Equipment, Installation, Labor, Travel, Permitting (as Applicable) For Command Post Cameras: two (2) Vdn-498v03-21 Bosch Vdn-498v03-21 540tvl Flexidome 2x Day/night Camera, 2.8-10mm Lens And two (2) Vda-455smb-ip Bosch Surface Mount Box For Dome Cameras, Ip Ver And all Miscellaneous Materials Necessary For Installation clin 0002: - Flir Camera Relocation -contractor Will Provide Installation Of Fiber, Conduit, Wiring And Electrical Services To Include All Miscellaneous Materials Necessary For Installation clin 0003: -provide All Equipment, Installation, Labor, Travel, Permitting (as Applicable) For Command Post And Moc Additions Including The Following: two (2) Pb-kbddigital Bosch Intuikey Keyboards four (4) C4-fvt412s1 4-channel Comnet Fiber Convertor two (2) American Dynamics Adquad 87 And All Miscellaneous Materials Necessary For Installation far Clauses And Provisions 52.202-1, Definitions 52.204-7, System For Award Management 52.204-13, Sam Maintenance 52.204-19, Incorporation By Reference Of Representations And Certifications 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-6, Protecting The Government’s Interests When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (oct 2015) 52.211-6, Brand Name Or Equal 52.212-1, Instructions To Offerors - Commercial Items 52.212-3 Alt I Offeror Representations And Certifications – Commercial Items 52.212-4, Contract Terms And Conditions - Commercial Items 52.219-6 Notice Of Total Small Business Set-aside 52.219-28, Post Award Small Business Program 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Relating To Iran – Representations And Certifications 52.232-1, Payments 52.232-11, Extras 52.232-39 Unenforceability Of Unauthorized Obligations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3, Protest After Award (aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004) 52.243-1, Changes Fixed Price (aug 1987) 52.247-34, F.o.b-destination 52.252-2 Clauses Incorporated By Reference 52.252-6, Authorized Deviations In Clauses 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or executive Orders - Commercial Items Including: 52.203-6 Restrictions On subcontractor Sales To The Government, 52.204-10 Reporting Executive compensation And First-tier Subcontract Awards, 52.209-6 Protecting The government's Interest When Subcontracting With Contractors Debarred, suspended, Or Proposed For Debarment, 52.219-6 Notice Of Total Small business Set-aside (mar 2020), 52.219-28 Post Award Small Business Program representation, 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 Opportunities For Workers w/ Disabilities, 52.222-40 Notification Of Employee Rights Under The National labor Relations Act, 52.222-50 Combating Trafficking In Persons, 52.223-11 ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies To Ban text Messaging While Driving, 52.225-13 Restrictions On Certain Foreign Purchases, 52.232-34, Payment By Electronic Funds Transfer--other Than System For Award management dfars Clauses And Provisions 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 252.204-7008 Compliance With Safeguarding Covered Defense Information controls 252.204-7015, Disclosure Of Information To Litigation Support Contractors 252.211-7003 Item Identification And Valuation 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7001, Buy American Act & Balance Of Payments Program 252.225-7002, Qualifying Country Sources As Subcontractors 252.225-7036, Buy American Act, Free Trade Agreements, Balance Of payments Program 252.225-7048, Export Controlled Items 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 Items affars Clauses 5352.201-9101, Ombudsman 5352.223-9000, Elimination Of Use Of Class I Ozone Depleting Substances 5352.242-9000 Contractor Access To Air Force Installations 11/1/2012 this Announcement Will Close At 2:00 Pm Edt Local Time On 09/23/2020. Oral Communications Are Not Acceptable In Response To This Notice. Contractor Must Reference Solicitation Fa671220q0015. 52.212-2, Evaluation - Commercial Items Is Applicable To This Procurement. The Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote Conforming To The Solicitation Is Most Advantageous To The Government, Price And Other Factors Considered. Quotes Will Be Evaluated Based On The Following Criteria: technical Acceptability price technical Evaluation Ratings: rating: Description: acceptable Submission Clearly Meets The Essential Salient Characteristics unacceptable Submission Does Not Clearly Meet The Salient Characteristics system For Award Management (sam): Vendors Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov/. method Of Quote Submission: Email To Jessica_lyn.rasmussen@us.af.mil all Quotes Shall Include Price(s), A Point Of Contact, Name And Phone Number, Cage Code, Business Size Under Naics Code 334290, And Payment Terms. Each Response Must Clearly Indicate The Capability Of The Vendor To Meet All Specifications And Requirements. Advance Payments Are Not Authorized.
DEPT OF THE AIR FORCE USA Tender Result
United States
Contract Date30 Sep 2020
Contract AmountUSD 725.9 K
Replace Bldg 10056 B-plant Chiller
DEPT OF THE AIR FORCE USA Tender Result
United States
Contract Date29 Sep 2020
Contract AmountUSD 18.2 K
Electrical Components Iaw List Of Materials
DEPT OF THE AIR FORCE USA Tender Result
United States
Contract Date29 Sep 2020
Contract AmountUSD 24.4 K
Lorad Industrial Imaging Lpxâ160 Xâray Apparatus
481-490 of 564 active Tender Results