Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
SOLICITATION NOTICE

81 -- Produce storage crates for T-38 parts - T-38 Statement of Work (SOW)

Notice Date
4/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321920 — Wood Container and Pallet Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, OO-ALC/PKO, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
 
ZIP Code
84056-5805
 
Solicitation Number
FA8224-14-R-T38C
 
Archive Date
5/23/2014
 
Point of Contact
Jeffrey S. Dutcher, Phone: 8015868885, Francene Bielik, Phone: (801) 775-4499
 
E-Mail Address
jeffrey.dutcher.2@us.af.mil, francene.bielik@hill.af.mil
(jeffrey.dutcher.2@us.af.mil, francene.bielik@hill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
T-38 Statement of Work (SOW) Storage Crates This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This combined sysnopsis solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The Air Force intends to place a Single, Firm-Fixed Price order without discussions to the responsible offeror whose offer conforming to the Purchase Specification will be Best Value to the Government. Best Value is the most advantageous offer, price and other factors considered with the Government's stated importance of evaluation criteria. It is the Government's intent to award on an "all-or-none" basis to satisfy this requirement. This acquisition is for 100% Small Business Set Aside, under NAICS code 321920, Size Standard 500 employees. Small Business set aside as such "the concern shall perform work for at least 50% of the cost of manufacturing the supplies, not including the cost of materials" (see FAR 52.219-14). Further, proposals will be expected to specifically state specifically that they will comply with this requirement. Schedule Of Items: Responsible quoters shall provide Firm Fixed Price (FFP) pricing for the items below: 0001: Fabrication of various sized storage crates with foam inserts and shadowed foam, 17 crates per set in accordance with SOW attached hereto. The first intial set will be inspected and accepted before production of CLIN 0002 is authorized. 1 Each Crate Set FFP 0002: Fabrication of various sized storage crates with foam inserts and shadowed foam, 17 crates per set in accordance with SOW attached hereto. 12 Each Crate Sets FFP 0003: Travel for post award site visit to measure (Estimated 120 +/- 20) FOM part sizes for shadowing and to validate the size of storage crate requirments. All travel shall be in accordance with FAR 31.205-46 AND Federal Travel Regulations (FTR) http://www.defensetravel.dod.mil/site/travelreg.cfm Contractor is responsible for making all necessary travel arrangments. Post Award Site Visit will be held at Randolph AFB, TX FFP 0004: Option for Two (2) additional sets of crates in accordance with SOW attached hereto. FFP ALL ITEMS MUST BE IN ACCORDANCE WITH THE STATEMENT OF WORK FOR FOM STORAGE CRATES ATTACHED HERETO Delivery: The Government requires delivery within 8 -10 weeks ARO CLIN 0002 Delivery: 8 - 10 weeks after acceptance of CLIN 0001. FOB: Destination Proposals must include Contractors Name, Cage Code, DUNS Number, Tax ID Number, Contact Name, Number and email address. Evaluation Factors: 1. Price - Offeror's must provide pricing for all CLINs. 2. Technical Acceptability - Fabrication - Offeror shall describe in detail their capability to fabricate and assemble the FOM Storage Crates. Offeror must meet all requirments as listed in the Statement Of Work for FOM Storage Crates dated 21 Apr 2014 attached hereto. 3. Past Performance - Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates your companies ability to meet the requirements of the SOW. Evaluation and Basis for Award: This acquisition will utilize the Lowest Price Technically Acceptable (LPTA) source selection procedures. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, that is deemed responsible in accordance with the FAR, whose proposal conforms to the solicitation requirements and who is found technically acceptable. Applicable Provisions and Clauses This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.211-17 Delivery of Excess Quantities52.252-2 Clauses Incorporated By Reference; FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item Mar 1989 52.247-34 F.O.B Destination NOV 1991 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns Jan 2011 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.233-3 Protest After Award AUG 1996 DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate DFARS 252.225.7036 Buy American Act - Free Trade Agreements - Balace of Payments Program DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.211-7003 Item Identification and Valuation; and DFARS 252.204-7004 System For Award Management FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive orders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 OMBUDSMAN 252.209-7997 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-DOD APPROPRIATIONS (DEVIATION 2013-O0006) (JAN 2013) 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) SAM Registration All prospective offerors must obtain a DUNS number, have an "active" Cage Code, and maintain Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM/ 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. Question SUBMISSION: Questions related to this RFQ shall be received, via email, to Jeff Dutcher jeff.dutcher.2@us.mil no later than May 5, 2014 10:00 AM MST. It is the Contractor's responsibility to ensure that questions are received by the Contracting Department within the required timeframe. Any questions received after the time and date listed above will not be addressed. Offers are due on May 8, 2015 4:30 pm MST. Offers shall be received by ¬MAY 8, 2014, 4:30 pm MST to be considered for award. All offers shall be emailed directly to Jeff Dutcher jeffrey.dutcher.2@us.af.mil with a cc copy to francene.bielik@us.af.mil The offeror shall ensure the Contracting point of contact acknowledge receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/FA8224-14-R-T38C/listing.html)
 
Place of Performance
Address: 571 AMXS, Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN03347665-W 20140426/140424234826-a911b4198618079e1edc140444994ba2 (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.