Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2014 FBO #4533
SOLICITATION NOTICE

J -- Repair of Lightweight Environmental Control Unit - Attachments

Notice Date
4/21/2014
 
Notice Type
Combined Synopsis/Solicitation
 
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-0139
 
Archive Date
5/9/2014
 
Point of Contact
Laura E. Caravantes, Phone: (937)522-4540
 
E-Mail Address
laura.caravantes@us.af.mil
(laura.caravantes@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 4 Government Furnished Property List Attachment 3 DFARS 252.209-7993 Attachment 2 CLINs, Provisions, and Clauses Attachment 1 Performance Work Statement dated 17 April 2014 COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition uses simplified acquisition procedures as supplemented with additional information included in this notice. This announcement, with its attachments, constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Requirement: The U.S. Air Force (AFLCMC/PZIOA) requires repair services for a Lightweight Environmental Control Unit for the Medical Treatment Facility at Wright-Patterson AFB, Ohio. The anticipated award is Firm-Fixed Price - Best Value. Additional details on the requirements can be found in the Performance Work Statement (Attachment 1). Synopsitation Number: The synopsitation number for this requirement is FA8601-14-T-0139. Set-Aside: This acquisition will be full and open competition. The NAICS code for this acquisition is 811219 - Other Electronic and Precision Equipment Repair and Maintenance, and the associated small business size standard is $19.0M. Provisions and Clauses: Applicable provisions and clauses are incorporated in the attached solicitation document located at Attachment 2. Federal Acquisition Regulation (FAR) provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72, effective 30 Jan 2014. Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are those in effect through DFARS Publication Notice (DPN) 20140331, effective 31 Mar 2014. Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses are those in effect through Air Force Acquisition Circular (AFAC) 2013 Baseline, effective 27 Aug 2013 and CPM 13-C-03. Contract Line Items (CLIN): There is one (1) CLIN associated with this requirement. A detailed description of the CLIN may be found at Attachment 2. Instructions for Submission of Proposals/Offers: Proposals shall be accompanied by a completed FAR 52.212-3 - Offeror Representations and Certifications and DFARS 252.209-7993 - Prohibition Against Using Fiscal Year 2014 Funds to Contract with Corporations that Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law, both of which are incorporated in full text located in Attachments 2 and 3, respectively. Offerors must also adhere to FAR 52.212-1 - Instructions to Offerors - Commercial Items, incorporated by reference in Attachment 2. 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 252.232-7003, 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/. Evaluation Factors: Evaluation factors are Technical Acceptability and Price. Technical is approximately equal to Price. Contract financing is NOT provided for this acquisition. The Government intends to award one Requirements contract resulting from this synopsitation to the responsible offeror whose proposal conforms to the synopsitation 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. Consent to RFP Terms and Conditions: Submission of proposals in response to this RFP constitutes agreement by the offeror to all terms and conditions contained in this announcement and the attached synopsitation document, which will be incorporated into the resulting contract. Due Date and Point of Contact: Questions in response to this RFP must be received in writing via e-mail to Laura.Caravantes@us.af.mil no later than 3:00 PM Local (Wright-Patterson AFB) Time on 22 April 2014. Questions will be responded to no later than 3:00 PM Local (Wright-Patterson AFB) Time on 23 April 2014. Proposals must be received no later than 3:00 PM Local (Wright-Patterson AFB) Time on 24 April 2014. E-mail proposals to Laura.Caravantes@us.af.mil OR send hard copies to: AFLCMC/PZIOA Attn: Laura Caravantes 1940 Allbrook Drive, Room 109 WPAFB, OH 45433-5344 Be advised that all e-mail correspondence related to this RFP shall contain a subject line that reads "FA8601-14-T-0139, LECU Repair." Note that e-mail filters at Wright-Patterson 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. If sending attachments with e-mail, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The e-mail filter may delete any other form of attachments. Direct any and all questions regarding this requirement to Laura Caravantes at Laura.Caravantes@us.af.mil. Attachments: 1. Performance Work Statement 2. Provisions and Clauses 3. DFARS 252.209-7993 4. Government Furnished Property List
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-T-0139/listing.html)
 
Record
SN03344289-W 20140423/140421234751-b3347e36a97bb4f665775d3435afd528 (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.