SOLICITATION NOTICE
A -- Research Associate - Attachment 1
- Notice Date
- 11/27/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- 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
- FA8601-14-T-0039
- Archive Date
- 12/24/2013
- Point of Contact
- Justin M. Colaneri, Phone: 9375224557
- E-Mail Address
-
justin.colaneri@wpafb.af.mil
(justin.colaneri@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of work Research Associate FA8601-14-T-0039 The U.S. Air Force (AFLCMC/PZIOB) requires an individual scientist to perform research in the area of statistical experimental design theory for the Air Force Institute of Technology (AFIT) at Wright-Patterson AFB, Ohio. The anticipated award is firm fixed price - Best Value. Additional detail on the requirements can be found in the Minimum Requirements (attachment 1). This is a combined synopsis/solicitation for a commercial, non personal service prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation number is FA8601-13-T-0026 issued as a Request for Quote (RFQ) and is conducted as a commercial item procurement using FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-70, 30 Sep 2013. The NAICS is 541380; and the small business size standard for this NAICS code is 14m Dollars. The proposed acquisition is Full and Open Competition. Proposals must contain the following: - Price - Complete description of the instrument to be provided - Evidence of completed Representations and Certifications Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (Apr 2012), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in the System for Award Management (SAM) at https://www.sam.gov and completing the on-line Representations and Certifications. The Contracting Officer will review quotes based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must satisfy the technical requirements specified in the Minimum Requirements. Award will be made to the offeror whose proposal provides the best value to the Government price and other factors considered. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE PROPOSAL. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012); The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply to this acquisition: 252.203-7005 Representation Relating to compensation of Former DoD Officials (Nov 2011); 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law- Fiscal Year 2014 Appropriations (Oct 2013) The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006 Wide Area Workflow Payment Instructions (Jun 2012); 252.232-7010 Levies on Contract Payments (Dec 2006); 252.247-7023 Transportation of Supplies by Sea (Jun 2013) Alternate III The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101 Ombudsman (Nov 2012); 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (May 1996); 5352.223-9001 Health and Safety on Government Installations (Nov 2012); 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) The following local clause(s) will be included in subsequent award. Full text version is available upon request: ASC/PKO H-003 Procedure for Returning Government-Issued Identification (Dec 2006); ASC/PKO H-004 Common Access Cards (CACs) for Contractor Personnel Using Contractor Verification System (CVS) (Apr 2008) Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. Funding for this project is subject to change, and contract award is subject to the availability of funds. The Government intends to award a single contract resulting from this solicitation. The Government also reserves the right to make no award at all depending upon the funding available and the quality of the technical proposals received. Quotes AND completed representations and certifications (if not available in SAM), are due by 11:00 am Eastern on Friday 9 December 2013, to: Justin Colaneri, AFLCMC/PZIOB Justin.Colaneri@us.af.mil Mailing Address: ATTN: Justin Colaneri AFLCMC/PZIOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Justin Colaneri at Justin.Colaneri@us.af.mil Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-14-T-0039 Research Associate". Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-T-0039/listing.html)
- Record
- SN03242654-W 20131129/131127234451-0bd2c84b4ba1326fe700be5308adadda (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 |