Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 16, 2013 FBO #4071
SOLICITATION NOTICE

59 -- NAI 79C3 PCIe Multifunction I/O Boards for C-130J Laboratory - NAI 79C3 Product Description

Notice Date
1/14/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer 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
F3QCCM2293A001
 
Archive Date
2/19/2013
 
Point of Contact
Benjamin M. Walker, Phone: 4789269508
 
E-Mail Address
Benjamin.Walker@robins.af.mil
(Benjamin.Walker@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NAI 79C3 Product Description (i) 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. (ii) Solicitation Number: F3QCCM2293A001. This solicitation is being issued as a Request for Quote (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-62 dated 20 Dec 2012. (iv) This acquisition is sole source to NORTH ATLANTIC INDUSTRIES (NAI). Justification for Sole Source Only: NAI is the only manufacturer of the NAI 79C3 (PCI Express) Control Multi-function I/O and communications circuit cards required to simulate the C-130J laboratory platform. NAI holds all rights and patents to the NAI 79C3. (v) A list of contract line item number(s) and items, quantities and units of measure is shown below: CLIN Description Qty Unit 0001 NAI PN: 79C3-A4A4A4C0 6 EA CLIN Description Qty Unit 0002 NAI PN: 79C3-C1F1D7C0 4 EA CLIN Description Qty Unit 0003 NAI PN: 79C3-K6K6K6C0 6 EA CLIN Description Qty Unit 0004 NAI PN: 79C3-P8P8P8C0 6 EA (vi) Item Description/Noun: Provide specified part numbers in accordance with the attached product description. (vii) Ship to address is: 580 SMXS/Flt I Bldg 229 Robins AFB GA 31098 FOB Destination IAW FAR 52.247-34. (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. No addenda. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items is applicable. x) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. xi) FAR 52.212-4 Contract Terms and Conditions - Commercial Items, applies xii) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, and DFARS 252.212-7001. As prescribed in 12.301 (b)(4), insert the following clause: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Nov 2012) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(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 (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (iii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities (ix) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (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)). ___ Alternate I (Aug 2007) of 52.222-50 (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. (End of Clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (JUL 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) xiii) Additional contract requirements or terms and conditions: The quotation price will be inclusive of all charges for training, repair and/or calibration. Include your CAGE code, DUNS number, and taxpayer ID number on your quotation. The following clauses are incorporated by reference: 52.204-10 [UU1] Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub L 109-282) (31 USC 6101 note) 52.209-6 [UU2] Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Dec 2010) (31 USC 6101 note). (Applies to contracts over $30,000). (Not applicable to Subcontract for the acquisition of commercially available off-the shelf items). 52.222-3 [UU3], Convict Labor (June 2003) (E.O. 11755). 52.222-19, [UU4] Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 52.222-21 [UU5], Prohibition of Segregated Facilities (Feb 1999). 52.222-26, [UU6] Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36 [UU7], Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-16 [UU8], (i) IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. 52.223-18 [UU9], Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). 52.225-13 [UU10], 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). 52.232-29 [UU11], Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 52.232-33 [UU12], Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 52.232-34 [UU13], Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 52.232-99 [NBG14] -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (August 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. 52.252-2, Clauses Incorporated by Reference: fill-in www.farsite.hill.af.mil 52.252-6, Authorized Deviations in Clauses: 1 st fill-in: DFARS; 2 nd fill-in: Chapter 2 252.203-7000 [UU15], Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). 252.204-7004 [UU16] Alt A Central Contractor Registration 252.211-7003 - Item Identification and Valuation - fill-in N/A. 252.232-7003 [UU17], Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). 252.247-7023 [UU18], (i) ____ Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). [UU19] (iv) ____ Alternate [UU20] III (MAY 2002) of 252.247-7023. 252.247-7024, Notification of Transportation of Supplies by Sea (MAR (2000) (10 U.S.C. 2631). AFFARS 5352.242.9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) The contractor shall obtain base identification and vehicle passes, if required, 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. 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 base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. ROBINS-AB THIS CONTRACT WILL BE PAID BY DFAS-DAYTON. INVOICE(S) SHOULD BE SUBMITTED ELECTRONICALLY IAW DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS, AND WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) INSTRUCTIONS SHOWN BELOW. FOR PROBLEMS OR QUESTIONS REGARDING PAYMENT, CONTACT DFAS-DAYTON AT 800-756-4571, OPTION 2, THEN OPTION 3. YOU CAN CHECK PAYMENT STATUS OF YOUR INVOICE ON THE DFAS WEB SITE AT HTTPS://MYINVOICE.CSD.DISA.MIL/INDEX.HTML. WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests, use of electronic payment requests is mandatory. WAWF-RA is the Department of Defense system of choice for submission of invoices and receipt/acceptance documents. Detailed information regarding WAWF-RA is available on the internet at https://wawf.eb.mil. The following codes will be required to correctly route your document(s) through WAWF-RA. The information (especially the TYPE OF DOCUMENT and DODAAC codes) should be entered exactly as shown below: (Will be completed at time of award) CONTRACT NUMBER: DELIVERY ORDER NUMBER: TYPE OF DOCUMENT: CAGE CODE: ISSUE BY DODAAC: ADMIN DODAAC: INSPECT BY DODAAC: SERVICE ACCEPTOR / SHIP TO: LOCAL PROCESSING OFFICE: Leave Blank PAY OFFICE DODAAC: After creating the document, select the "ADDITIONAL E-MAIL NOTIFICATIONS" link and enter the following email addresses: CONTRACT ADMINISTRATOR: INSPECTOR: ACCEPTOR: You can access payment information from the DFAS web site at https://myinvoice.csd.disa.mil/index.html. 5352.201-9101 OMBUDSMAN (APR 2010) (IAW AFFARS 5301.9103) (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 enter MAJCOM or AFISRA ombudsmen, Kim McDonald at 478 222 - 1088, FAX 478 222 - 1855, email Kim.McDonald@robins.af.mil. 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. Full version of any clause can be read at http://farsite.hill.af.mil/vffara.htm. xiv) Defense Priorities and Allocations System (DPAS) and assigned rating: Not Applicable xv) Quotations are to be emailed directly to Benjamin.Walker@Robins.AF.MIL no later than 4 FEB 2013 4:30 pm EST. xvi) Government Point of Contact: Ben Walker Contract Specialist AFSC/PZIOA (478) 926-9508 benjamin.walker@robins.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCM2293A001/listing.html)
 
Record
SN02964879-W 20130116/130114234118-cff5117a9740db54ae12d39186f416b3 (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.