Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2010 FBO #3087
SPECIAL NOTICE

38 -- NVision Reverse Engineering Model Maker Software - Sole Source Justification

Notice Date
5/6/2010
 
Notice Type
Special Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M2X30084A002
 
Archive Date
6/1/2010
 
Point of Contact
Susan R. Reinhart, Phone: 8439635159, Stanley N Farr, Phone: 843-963-5164
 
E-Mail Address
susan.reinhart@charleston.af.mil, stanley.farr@charleston.af.mil
(susan.reinhart@charleston.af.mil, stanley.farr@charleston.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sole Source Letter NOTICE OF INTENT TO AWARD SOLE SOURCE THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under statutory authority 10 USC 2304(c) (1), set forth in Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Reference Number is F1M2X30084A002. The 628th Contracting Squadron, 101 E. Hill Blvd, Charleston AFB SC, requires NVision Reverse Engineering Model Maker Software, Maintenance, Re-calibration, and Training. The 628th Contracting Squadron intends to make an award to Philips Corporation Federal Division7390 Coca Cola Drive Hanover, MD 21046. Market research was performed and information gathered in determining this company to be the only source for this requirement. In accordance with (IAW) FAR Part 6.302-1: The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source. This notice of intent to award is not a request for competitive proposals; however responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. A determination by the Government not to compete with this proposal based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: • FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) • FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; • FAR 52.222-21 -Prohibition Of Segregated Facilities; • FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; • FAR 52.222-36 Affirmative Action for Workers With Disabilities; • FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; • FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; • 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations • AFFARS 5352.201-9101, Ombudsman complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. (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 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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. Clauses maybe accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Response to this notice must be received via email, fax, mail, or delivery by 17 May 2010 no later than 14:00 PM Eastern Standard Time. Requests should be marked with Reference Number F1M2X30084A002. Address questions to TSgt Susan Reinhart, Contract Specialist, at (843) 963-5159, fax (843) 963-5183, email: susan.reinhart@charleston.af.mil or Stan Farr, Contract Specialist, at (843) 963-5164, e-mail stanley.farr@charleston.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton-02@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M2X30084A002/listing.html)
 
Place of Performance
Address: Building 536, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02142663-W 20100508/100506235301-bb421640fc1b7112ba4818c6f42ffd8c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.