SOLICITATION NOTICE
66 -- Purchase of Nano Star Tracker (2EA) - FA8601-14-T-0149
- Notice Date
- 6/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- FA8601-14-T-0149
- Archive Date
- 7/5/2014
- Point of Contact
- Gwendolyn J. Brown, Phone: 9375224566, GLORIA D. TIGGS, Phone: 9375224629
- E-Mail Address
-
gwendolyn.brown@us.af.mil, gloria.tiggs@us.af.mil
(gwendolyn.brown@us.af.mil, gloria.tiggs@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Scanned Statement of Work (SOW) for purchase of Nano Star Tracker (2EA) NANO STAR TRACKER, CAPABLE OF SUPPORTING AERONAUTICAL AND NAVIGATIONAL RESEARCH - FA8601-14-T-0149 The U.S. Air Force requires a contractor to provide a Nano Star Tracker (2EA), Capable of Supporting Aeronautical and Navigational Research. The anticipated award is firm fixed price - Best Value. Additional details on the requirements can be found in the Minimum Requirements (Attachment 1). 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-14-T-0149 issued as a Request for Proposal (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This acquisition is 100% SET ASIDE FOR SMALL BUSINESS. Competition is restricted to Small Businesses. Small Businesses capable of meeting the requirements in the attached Minimum Requirements are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 334511. Size standard is 750. The RFQ has one line item: Contractor shall provide Nano Star Tracker (2EA), Capable of Supporting Aeronautical and Navigational Research. (See Attachment 1). Proposals must contain the following: - Price quote - A complete description of the equipment to be provided - Evidence of completed Representations and Certifications - DFARS 252.209-7993 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. Quotations MUST contain a complete description of equipment offered to clearly show item meets the requirements listed in the Minimum Requirements, Attachment 1, hereto. Quotations shall provide a point-by-point comparison to each item listed in the Minimum Requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the requirements. The lowest priced technically acceptable offer will be awarded the contract. The quotations may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price (Net 30) 6) Shipping (FBO: Destination) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3 Representations and Certifications (If not in SAM) 12) Completed DFARS 252.209-7993 (See attachment titled "252.209-7993") THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is conforming 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 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 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 (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be - Price - Ability to comply with the requirements of the Minimum Requirements, as evidenced by providing a complete description of the equipment to be provided 52.212-3, Contractor Representations and Certifications (Alt 1) (May 2011) (Full-text copy - attachment 1 to this RFQ); Use Alt I 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); 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 (SEP 2013); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (JAN 2014) The clauses that are check marked as being applicable to this purchase are: -52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards - 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment - 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); - 52.219-28, Post Award Small Business Program Representation (Apr 2012); - 52.222-3, Convict Labor (June 2003); - 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2014); - 52.222-21, Prohibition of Segregated Facilities (Feb 1999); - 52.222-26, Equal Opportunity (Mar 2007); - 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); - 52.223-18 Encouraging Contractor Policies to Ban Text Messages While Driving (Aug 2011); - 52.225-13, Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations 52.247-34 F.O.B. Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) 52.252-4 Alterations in Contract (Apr 1984), portions of this contract are altered as follows: FAR 52.212(j) is market reserved The following DFARS Clauses/Provisions, either by reference or full text, apply to this acquisition: 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal year 2014 Appropriations (Deviation 2014-OO0009)(Feb 2014) 252.211-7003 Item Identification and Valuation (Dec 2013) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program. 252.225-7002 Qualifying Country Sources as Subcontractors (Jun 2012) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012); 252.232-7010 Levies on Contract Payments (Dec 2006) 252.247-7023 Transportation of Supplies by Sea (Jun 2013) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010). [The fill in portion of this clause is: Center/MAJCOM Ombudsman: Ms. Jill Willingham, AFLCMC/AQP, Area B, Bldg. 1790 10TH Street, Wright-Patterson Air Force Base, OH 45433-7630, Telephone: 937-255-5472, Fax 937-255-7916, Email: jill.willingham@wpafb.af.mil.] [end fill in for 5352.201-9201]. 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (NOV 2012) The following local clauses will be included in subsequent award. A full text version is available upon request: AFLCMC/PZIO H-002, Delivery Procedures Commercial Vehicles (Aug 2005) Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachment to the announcement: 1. Minimum Requirements Quotations, references AND completed representations and certifications, if not available in SAM, are due by 12:00 pm (Eastern Time) on 20 June 2014 to: GWENDOLYN J. BROWN, AFLCMC/PZIOBB Fax is 937-656-1412 (ATTN: GWENDOLYN BROWN). E-mail is: gwendolyn.brown@us.af.mil Mailing Address: ATTN: GWENDOLYN J. BROWN AFLCMC/PZIOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Quotations may be sent via email or postal service using the above contact information. Questions should be directed to Gwendolyn J. Brown at gwendolyn.brown@us.af.mil or call 937-522-4566. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-14-T-0149, Nano Star Tracker" 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, docx,.xsls 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-0149/listing.html)
- Place of Performance
- Address: AFIT/ENG, 2950 Hobson Way, Bldg. 646, Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03390236-W 20140612/140610235126-5bab43055d993405c4ead83e4a0cef3e (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 |