Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2015 FBO #4813
SOLICITATION NOTICE

93 -- CYCOM 5240-4 Prepreg Material - Package #1

Notice Date
1/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325211 — Plastics Material and Resin Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8224-15-T-0016
 
Archive Date
2/24/2015
 
Point of Contact
Brian J. Goodrich, Phone: 8015862089, Matthew Anderson, Phone: 8015869166
 
E-Mail Address
brian.goodrich.1@us.af.mil, matthew.anderson.55@hill.af.mil
(brian.goodrich.1@us.af.mil, matthew.anderson.55@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Purchase Description Prepreg Material FA8224-15-T-0016 Solicitation The OO-ALC/PZIMB, Hill AFB Utah, intends to solicit, negotiate, and award a Firm Fixed Price contract for CYCOM 5250-4 Prepreg Material to the responsible quoter whose proposal conforms to the solicitation, which will be most advantageous to the government. The Government reserves the right to not make an award at all. This is a commercial acquisition, being procured under FAR Part 12, Other Than Full and Open Competition. Responsible quoters shall provide pricing for the items below: (FAR Clause 52.247-34 F.O.B. destination will be used. Include shipping in the quoted prices of the individual items.) The Air Force is procuring: CYCOM 5250-4 Prepreg Material, 300 yards Dry Ice Charge, 5 each Temperature Recorder, 2 each EVALUATION CRITERIA AND BASIS FOR AWARD Offers will be ranked by price from lowest to highest. Then beginning with the lowest they will be evaluated to ensure they meet the technical requirements, including the delivery schedule. As soon as an offer is found that meets the technical requirements, the evaluation will end, the more expensive proposals will not be evaluated. Significant evaluation factors are (i) technical acceptability (Pass/Fail) of the item(s) offered to meet the Government requirement, and (ii) price. * Price will be evaluated first. * Second technical acceptability will be evaluated on a pass/fail basis by determining whether the item(s) proposed meet all requirements: * Delivery schedule. INSPECTION AND ACCEPTANCE CRITERIA Deliverables will be inspected upon arrival. DELIVERY Delivery will be determined as a pass or fail technical requirement with the following schedule: 4 weeks ARO. SHIPPING ADDRESS 809 MXSS 7248 4th Street Bldg 100 Bay E Attn: Anna Milburn Hill AFB, UT 84056-5825 PROVISIONS AND CLAUSES The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.247-34 F.O.B. destination 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) A quotation including all required items (all or nothing) 2) Cage Code, DUNS Number, delivery timeframe after receipt of order, 3) This is a Combined Synopsis/Solicitation for material as defined herein. The Government intends to extend an award as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state, "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotations shall be sent to: brian.goodrich@hill.af.mil All offerors shall ensure the solicitation number is in the subject line of the email. If a hardcopy is being mailed, include the solicitation number on the outermost packaging. The entire solicitation will be made available only on FedBizOpps (FBO) website at: https://www.fbo.gov/. All current/future information about this acquisition, i.e. solicitation, amendments, purchase specification, and Q &A's will be distributed through FBO. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. AUTHORITY: 10 U.S.C. 2304 (C)(1), JUSTIFICATION: SUPPLIES REQUIRED ARE FROM ONLY ONE OR A LIMITED NUMBER OF RESPONSIBLE SOURCE(S) AND NO OTHER TYPE OF SUPPLIES WILL SATISFY AGENCY REQUIREMENTS. THE PROPOSED CONTRACT ACTION IS FOR SUPPLIES AND SERVICES FOR WHICH THE GOVERNMENT INTENDS TO SOLICIT AND NEGOTIATE WITH ONLY ONE, OR A LIMITED NUMBER OF SOURCES UNDER THE AUTHORITY OF FAR 6.301-1. INTERESTED PERSONS MAY IDENTIFY THEIR INTEREST AND CAPABILITY TO RESPOND TO THE REQUIREMENT OR SUBMIT PROPOSALS. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. HOWEVER, ALL PROPOSALS RECEIVED PRIOR TO THE CLOSING DATE ON THE SOLICITATION WILL BE CONSIDERED BY THE GOVERNMENT. A DETERMINATION BY THE GOVERNMENT NOT TO COMPETE THIS PROPOSED CONTRACT BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. INFORMATION RECEIVED WILL NORMALLY BE CONSIDERED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER TO CONDUCT A COMPETITIVE PROCUREMENT. SPECIFICATIONS, PLANS, OR DRAWING RELATING TO THE PROCUREMENT DESCRIBED ARE INCOMPLETE OR NOT AVAILABLE AND CANNOT BE FURNISHED BY THE GOVERNMENT. THE GOVERNMENT DOES NOT OWN THE DATA OR RIGHTS TO THE DATA NEEDED TO PURCHASE THIS ITEM FROM ADDITIONAL SOURCES. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire the status of your payment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-15-T-0016/listing.html)
 
Place of Performance
Address: To be determined, United States
 
Record
SN03624471-W 20150128/150126234320-753582cb742698c27b6124e85990a1bd (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.