Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2013 FBO #4327
SOLICITATION NOTICE

66 -- TLD Badge Holders with Cadmium Chip Installed - TLD Badge Holders with Cadmium Chip

Notice Date
9/27/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-P-0292
 
Archive Date
10/23/2013
 
Point of Contact
Rachael Waggoner, Phone: 9375224632
 
E-Mail Address
rachael.waggoner@wpafb.af.mil
(rachael.waggoner@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS 252.209-7995 TLD Badge Holders with Cadmium Chip Requirements/Specifications Combined Synopsis Solicitation TLD Badge Holders COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions or make no award at all depending upon the quality and price reasonableness of offers received. An award, if any, will be made to the responsible offeror whose quote conforms to the requirements of the synopsitation and represents the best value to the Government, price and other factors considered. Synopsitation FA8601-13-T-0292, is a Request for Quote (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-69, 03 Sep 2013; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20130909, effective 09 Sep 2013; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2013-0827, effective 27 Aug 2013. The NAICS code for this acquisition is 326199 and the associated small business size standard is: 750 employees. The RFQ is 100% total small business set-aside. Synopsitation Closing Date: Quotes must be received not later than 3:00pm, local (Wright-Patterson AFB) time, on 8 October 2013. Send quotes to: AFLCMC/PZIOAA Attn: Rachael Waggoner 1940 Allbrook Drive WPAFB OH 45433-5344 Electronic submissions will be accepted at rachael.waggoner@us.af.mil Address questions regarding this synopsitation to Rachael Waggoner telephonically at (937) 522-4632 or via e-mail at rachael.waggoner@us.af.mil. This requirement is for 3,300 TLD Badge Holders with Cadmium Chip installed per the attached specifications. See attached document titled: "TLD Badge Holders with Cadmium Chip Requirements" for specifications. Delivery Schedule: 10 Weeks After Receipt of Order (ARO) Delivery Destination: 711th HPW/OML 2510 Fifth Street B840, Area B Wright-Patterson, OH 45433-7913 FOB: Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) INSPECTION AND ACCEPTANCE: Both inspection and acceptance will be by the Government at Destination. The following FAR provisions are incorporated into the synopsitation. FAR 52.252-1-Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR 52.252-2-Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR 52.252-3, Alterations in Solicitation (Apr 1984) is incorporated into this synopsitation. The fill-in is completed as follows: FAR 52.212-1: Paragraph (c) Period for acceptance of offers is revised to change the period for acceptance of offers from 30 calendar days from the date specified for receipt of offers to 60 calendar days. Paragraph (e) Multiple offers is revised to read: Reserved FAR 52.252-5-Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition Regulation (FAR) (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.212-1-Instructions to Offerors-Commercial Items is incorporated into this synopsitation. Paragraph (c) Period for acceptance of offers is revised to change the period for acceptance of offers from 30 calendar days from the date specified for receipt of offers to 60 calendar days. Paragraph (e) Multiple offers is revised to read: Reserved FAR 52.212-2, Evaluation-Commercial Items is incorporated into this synopsitation. The fill-in for paragraph (a) is completed as follows: The evaluation factors are Technical (whether the product offered satisfies the minimum requirements in the specifications) and Price. Technical is approximately equal to price. FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I An offeror shall complete only paragraphs (b) of this provision (below) if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov and shall return 52.212-3(b) below completed with its offer. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete and submit with its offer only paragraphs 52.212-3(c) through (o) of the provision at FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I which can be downloaded from the "FARSite" at http://farsite.hill.af.mil. FAR 52.212-4-Contract Terms and Conditions-Commercial Items is incorporated into this synopsitation. FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items is incorporated into this synopsitation and the resulting contract. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers With Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim The following DFARS provisions are incorporated into the synopsitation. DFARS 252.209-7995-Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations (Deviation 2013-O0010). If the offeror has not completed the DFARS provisions listed above online, the offeror shall complete and return a copy of the provision with its quote. DFARS 252.209-7995 is attached. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payment Programs DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions is incorporated into the synopsitation and resulting contract. The fill-in portions of this clause will be complete in the award document. DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea, with its Alternate III The following AFFARS provisions are incorporated into the synopsitation. AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) Attachments: 1. Specifications 2. DFARS 252.209-7995
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-P-0292/listing.html)
 
Place of Performance
Address: 711th HPW/OML, 2510 Fifth Street B840, Area B, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03205321-W 20130929/130927234938-d760ae41f0f62c16eca28e0c50584c90 (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.