Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2013 FBO #4404
MODIFICATION

J -- Gen II Molecular Beam Service

Notice Date
12/13/2013
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-0037
 
Archive Date
1/1/2014
 
Point of Contact
Jason M. Hardman, Phone: 9375224558
 
E-Mail Address
jason.hardman.4@us.af.mil
(jason.hardman.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of Modification 1 is to extend the response date to 17 Dec 2013 at 3PM. The Operational Contracting Division (AFLCMC/PZIOAB) at Wright-Patterson Air Force Base, Ohio, anticipates a competitive acquisition for service a Gen II Molecular Beam Epitaxy (MBE) System at Wright-Patterson Air Force Base, Ohio. The anticipated award is firm fixed price - Best Value. Additional detail can be found in the attached model contract. This is a combined synopsis/solicitation for commercial items 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 FA8601-14-T-0037 issued as a Request for Proposal (RFP) 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) 2005-7062, 30 Sep 2013, Defense Acquisition Circular DPN 20131118, 18 Nov 2013, and Air Force Acquisition Circular AFAC 2013, 27 Aug 2013. The acquisition is a 100% Small Business Set Aside. Businesses capable of meeting requirements are eligible to submit a proposal. The North American Industry Classification System (NAICS) code is 811219 with a size standard is $19,000,000.00 Please see the model contract and other attachments for CLIN structure, provisions, and further information and instructions. 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. To account for the maximum six-month extension possible under the clause at FAR 52.217-8, Option to Extend Services, the Government will take the proposed price of the final option period, prorate it to a six-month value, and add that amount to the sum of all CLINS (base performance period and option periods I through V). 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/. Proposals AND completed representations and certifications (if not available in SAM), are due by Noon Eastern Standard Time on December 13th 2013, to: SrA Jason Hardman jason.hardman.4@us.af.mil Mailing Address: ATTN: SrA Jason Hardman AFLCMC/PZIOAB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to SrA Jason Hardman at jason.hardman.4@us.af.mil Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-14-T-0034." Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines and/or certain attachments (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. Attachments: 1. Model Contract 2. Draft PWS 3. DFAR 252.209-7994 (Deviation 2014-O0004)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-T-0037/listing.html)
 
Record
SN03252021-W 20131215/131213235037-cd1591d85963e4f66bf04a20c0224e47 (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.