Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2013 FBO #4310
SOLICITATION NOTICE

59 -- F-35 Power Converters - Solicitation - Memo to file

Notice Date
9/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8224-13-R-0092
 
Point of Contact
Rustin N. Miller, Phone: 8017752170, Francene T. Bielik, Phone: 801-775-4499
 
E-Mail Address
rustin.miller@hill.af.mil, francene.bielik@hill.af.mil
(rustin.miller@hill.af.mil, francene.bielik@hill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Memo to file Solicitation 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 is attached at this time. The solicitation number is FA8224-13-R-0092 and the solicitation is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. This acquisition is for full and open competition, under NAICS code 335999. 100% SMALL BUSINES SET-ASIDE CLIN 0001, Firm-Fixed Price, 270 V DC Power Converters in accordance with the Purchase Specifications All current and/or future information about this acquisition, i.e, amendments, purchase specification, and Q &A's will be distributed through FBO. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial, Addenda to (SEE ATTACHED SF 1449 FOR ADDITIONAL DETAILED INSTRUCTIONS); FAR 52.212-2 Evaluation-Commercial Items (SEE ATTACHED SF 1449 FOR ADDITIONAL DETAILED INFORMATION) 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 in the following relative order of importance: 1. Price, 2. Technical Factors, and 3. Past Performance. Technical and past performances, when combined, are significantly more important that cost or price. Addendum to FAR 52.212-2 - This acquisition will utilize the Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2 as supplemented. See attached SF 1449 for further information on evaluation factors. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. The clause at 52.212-4 Contract Terms and Condition-Commercial Items, and Alternate I apply to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2012) (Deviation) applies to this acquisition. Furthermore, the following clauses apply; 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995; 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions SEP 2007; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013; 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations MAY 2012; 52.211-17 Delivery of Excess Quantities SEP 1989; 52.212-1 Instructions to Offerors--Commercial Items JUL 2013; 52.212-4 Contract Terms and Conditions--Commercial Items JUL 2013; 52.219-8 Utilization of Small Business Concerns JUL 2013; 52.222-3 Convict Labor JUN 2003; 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012; 52.222-21 Prohibition Of Segregated Facilities FEB 1999; 52.222-26 Equal Opportunity MAR 2007; 52.222-35 Equal Opportunity for Veterans SEP 2010; 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010; 52.222-37 Employment Reports on Veterans SEP 2010; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010; 52.222-50 Combating Trafficking in Persons FEB 2009; 52.223-16 Alt I IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) Alternate I DEC 2007; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011; 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008; 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012; 52.227-1 Authorization and Consent DEC 2007; 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013; 52.233-3 Protest After Award AUG 1996; 52.242-15 Stop-Work Order AUG 1989; 52.247-34 F.O.B. Destination NOV 1991; 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998; 52.252-2 Clauses Incorporated By Reference FEB 1998; 52.252-5 Authorized Deviations In Provisions APR 1984; 52.252-6 Authorized Deviations In Clauses APR 1984; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011; 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011; 52.204-7004 Alt A System for Award Management Alternate A MAY 2013; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009; 252.223-7001 Hazard Warning Labels DEC 1991; 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013; 252.225-7012 Preference For Certain Domestic Commodities FEB 2013; 252.225-7048 Export-Controlled Items JUN 2013; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012;252.247-7023 Transportation of Supplies by Sea JUN 2013; 252.247-7023 Alt III Transportation of Supplies by Sea (JUN 2013) Alternate III MAY 2002; 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000; 52.204-5 WOMEN-OWNED BUSINESS (OTHER THAN SMALL BUSINESS) (MAY 1999); 52.207-4 ECONOMIC PURCHASE QUANTITY--SUPPLIES (AUG 1987); 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (APR 2010); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2013) ;ALTERNATE I (APR 2011); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2013) (DEVIATION); 52.215-6 PLACE OF PERFORMANCE (OCT 1997); 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (APR 2012) - ALTERNATE I (APR 2011); 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (JAN 2011); 52.219-22 SMALL DISADVANTAGED BUSINESS STATUS (OCT 1999); 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013); 52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEBRUARY 2001); 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999); 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984); 52.223-11 OZONE-DEPLETING SUBSTANCES (MAY 2001); 52.225-18 PLACE OF MANUFACTURE (SEP 2006); 52.233-2 SERVICE OF PROTEST (SEP 2006); 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004); 252.204-7006 BILLING INSTRUCTIONS (OCT 2005); 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013); 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION); As prescribed in FAR Subparts 4.11 and 4.12, all prospective offerors must obtain a DUNS number, have an "active" Central Contractor Register (CCR), and maintain an Online Representations and Certifications Application (ORCA) in order to transact business with the Government. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror. Interested contractors can register at https://www.sam.gov/portal/public/SAM/ POINT OF CONTACT for this requirement is Rustin Miller, (801) 775-2170 or rustin.miller@hill.af.mil Any questions regarding this requirement should be emailed directly to rustin.miller@hill.af.mil The closing date and time of this solicitation is 10 Oct 2013 /11:00 AM (MST). Point of Contact for this requirement is Rustin Miller, (801) 775-2170 or rustin.miller@hill.af.mil or Francene Bielik, (801) 775,4499 or Francene.Bielik@HILL.af.mil. Please see attached solicitation document (FA8224-13-R-0092 and Purchase Specifications) for further details on instructions to offerors and evaluation award criteria. ALL PROPOSALS AND COMPLETED SOLICITATIONS MUST BE EMAILED TO rustin.miller@hill.af.mil BEFORE THE CLOSING DATE AND TIME 10 Oct 2013 /11:00 AM (MST). FAX COPIES CANNOT BE ACCEPTED 100% Small Business Set Aside Need 4 270 VDC Power Converters in accordance with purchase specification Offers must be sent before 11:00 AM Mountain Standard time October 10, 2013, any late offers will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-13-R-0092/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03181451-W 20130912/130910235112-60859a6028d3bb676470c1b1c8b75ba7 (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.