SOLICITATION NOTICE
99 -- F-15 Rewire Access Stands - Attachments
- Notice Date
- 5/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3QCCM1077A001
- Archive Date
- 6/22/2011
- Point of Contact
- Mellissa A. Dominick, Phone: 4789260337
- E-Mail Address
-
mellissa.dominick@robins.af.mil
(mellissa.dominick@robins.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Drawing Appendix C CDRL Statement of Work SOLICITATION F3QCCM1077A001 is issued as a request for quotation (RFQ) 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; quotes are being requested and a written solicitation will not be issued. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) No. F3QCCM1077A001. This solicitation will be solicited as a HubZone Set-Aside. SMALL BUSINESS SIZE STANDARD •(a) NAICS: 332312 •(b) No of Employees: 500 SERVICES REQUIREMENTS: CLIN 0001 F-15 Rewire Access Stands IAW Statement of Work dated 23 May 2011 and Drawing - 2 SETS CLIN 0002 CDRL A001 - Contractor's Standard Operating Procedures CLIN 0003 CDRL A002 - Developmental Design Drawings/Models & Associated Lists The Preliminary Design Review will be presented to the Government POC within four (4) weeks of contract award date. The Critical Design Review will be presented within six (6) weeks of contract award date. The first set of stands will be delivered within 10 weeks of contract award. The second set of stands will be delivered within 12 weeks of contract award. Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Quotations should be emailed to Mellissa Dominick (mellissa.dominick@robins.af.mil) no later than 7 June, 2011, 12:00 pm EST. The anticipated award date is 15 July 2011. Please do not request award status prior to this date. The following clauses are applicable to subject solicitation (current through 2005-50 dated 16 May 2011 and DFARS Change Notice 20110518): FAR 52.212-1 Instructions to Offerors FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.246-4 Inspection of Services - Fixed Price FAR 52.247-34 FOB Destination FAR 52.252-2 Clauses Incorporated by Reference: fill-in: www.farsite.hill.af.mil FAR 52.252-6 Authorized Deviations in Clauses: 1 st fill-in: DFARS; 2 nd fill-in: Chapter 2 DFARS 252.204-7004 Alt A Central Contractor Registration DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests (WAWF is the method used by DoD for processing invoices/receiving reports.) DFARS 252.232-7010 Levies on Contract Payments IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL Characteristics, Must meet or exceed IAW Statement of Work dated 23 May 2011. Technical proposals will be rated on a Pass/Fail basis. Technical proposal must be accepted as "Pass". All acceptable proposals will then be ranked by total price. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. •(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: •(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). •(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). •(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). •(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). •(c) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. •(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. •(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. •(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. •(d) •(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. •(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCM1077A001/listing.html)
- Place of Performance
- Address: 402 AMXSS/MXDQBD, Building 125, RAFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN02456246-W 20110526/110524235252-42b45dd89209d66ecca78a9049bf61c6 (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 |