SOLICITATION NOTICE
55 -- F-22 Surface Blocks - Air Force Technical Manual Blueprints
- Notice Date
- 2/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 321999
— All Other Miscellaneous Wood Product Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
- ZIP Code
- 23665
- Solicitation Number
- FA4800-10-T-TLD-0001
- Archive Date
- 2/26/2010
- Point of Contact
- Tracy L Davis, Phone: 7572253150, Elijah G. Horner, Phone: 757-764-2920
- E-Mail Address
-
tracy.davis8@langley.af.mil, elijah.horner@langley.af.mil
(tracy.davis8@langley.af.mil, elijah.horner@langley.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Air Force Technical Manual Blueprints mentioned in Statement of Work 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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for FA4800-10-T-TLD-0001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 321999 with a 500 employee size standard. This RFQ contains one line item. The line item description is as follows: CLIN 0001: F-22 -111 Surface Blocks, 42 sets (Set = 4ea Blocks) STATEMENT OF WORK Scope of Work: The government intends to award a competitive firm-fixed price contract to manufacture fourty-two (42) sets of 4ea F-22 -111 Surface Blocks per U.S. Air Force technical manual blueprints. The purpose of the surface blocks are to hold the F-22 flight control surfaces in the horizontal position to prevent water intrusion. Description of Requirement: 1. Each set of four blocks shall be constructed and assembled within tolerances outlined in the attached U.S. Air Force technical manual blueprints. All materials are commercially procurable and available from multiple sources with the exception of the streamer P/N NAS1755-12 that the government shall provide to the manufacturer. 2. The manufacturer shall submit the first completed set to the government for test fit and approval within 30 days of award of contract. The manufacturer shall have 90 days to complete the remaining units after the governments' approval of the initial set. Any delay in the contract completion must be submitted by the manufacturer in writing to the 633d Contracting Office and the 633d AMXS Resource Advisor's office. Delivery of the order can be in part or as a whole at the manufacturer's convenience however the government will only approve one receiving report in Wide Area Work Flow for the completed contract. All delivery expenses should be outlined in the quote and will be paid from the contract awarded amount. 3. The government will provide streamer P/N NAS1755-12 to the manufacturer as required to complete construction. Base Access: If the contractor needs to visit Langley AFB during the term of the contract the contractor shall submit a list of names of all employees requiting access to Langley AFB at least 15 days prior to the desired visit date. Information required for each individual is Full Name, SSAN, Date of birth, Home address, home telephone number and Company name and telephone number. This information shall be provided to the contracting officer for his/her action. Each vehicle used shall have proof of insurance and registration. Each person entering Langley AFB must have a valid picture ID. Invoicing: After the last set has been accepted by the government the contractor can submit the receiving report in Wide Area Work Flow for the prompt approval and payment by the Government. FOB point is Destination. PROVISIONS/CLAUSES. The successful offerer will be provided proprietary information for the development of this product. Exchange of technical data to manage the normal course of a purchase is acceptable but the vendor cannot use the data for their private use or for use with another program or entity. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. FAR 52.212-3 applies to this acquisition, requiring all offers to be registered in ORCA.bpn.gov, or to fill out the clause in its entirety. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.204-7, Central Contractor Registration, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, Authorized Deviations in Clauses, FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Terms of the Contract, FAR 52.232-19, Availability of Funds. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC MSgt Tracy Davis, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW FAR 52.212-2. Evaluation will be a "Best Value" determination with Technical and Price all being factors. Technical capability is weighted more than price. Technical evaluation will be pass/fail based on compliance with the Statement of Work. Quotes must be signed, dated and submitted by 2 February 2010, 11:00 am, Eastern Standard Time (EST) to the 633d Contracting Squadron Attn: MSgt Tracy Davis: Contract Administrator, Commercial Phone 757-764-8619, E-mail: tracy.davis8@langley.af.mil, Fax Number 757-764-7447. All Contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (If applicable), Date offer expires, warranty, Line Item Unit Price, and Total Cost.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-10-T-TLD-0001/listing.html)
- Place of Performance
- Address: Langley Air Force Base, Virginia, Hampton, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN02055649-W 20100204/100202235339-3a30c0d74a8eedb10ee1bab37919c42b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |