SOLICITATION NOTICE
65 -- Semitendinosus Tendon
- Notice Date
- 9/15/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- FM28235246075
- Archive Date
- 10/6/2015
- Point of Contact
- Kimberly N Read, Phone: 8508820360
- E-Mail Address
-
kimberly.read.1@us.af.mil
(kimberly.read.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The AFTC/PZIOAC, Operational Contracting Office, Eglin AFB, FL, intends to solicit and award firm-fixed price contract for a Semitendinosus tendon. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is Request for Quotation numbered FM28235246075. The North American Industry Classification System (NAICS) code for this acquisition is 339113 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the offer that provides the best value to the government after consideration of technical, price, and delivery aspects of the offer. •1. Requirement: CLIN 0001: Semitendinosus Tendon Quantity: 13 EA Minimum Technical Requirements: Folded Diameter.65 centimeters and Length 25.8 centimeters 2. Delivery Requirement: Contractor will delivery items within 7 days of contract award date. In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. Quoted price should include FOB Destination and be valid through 31 October 2015. Expedited delivery schedules accepted and encouraged. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-84 effective 3 September 2015. The following provisions and clauses are applicable: •· FAR 52.204-7, System for Award Management •· FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards •· FAR 52.212-4, Contract Terms and Conditions - Commercial Items •· FAR 52.219-28, Post-Award Small Business Program Representation •· FAR 52.222-3, Convict Labor •· FAR 52.222-19, Child Labor-cooperation with Authorities and Remedies •· FAR 52.222-21, Prohibition of Segregated Facilities •· FAR 52.222-26, Equal Opportunity •· FAR 52.222-36, Equal Opportunity for Workers with Disabilities •· FAR 52.222-50, Combating Trafficking in Persons •· FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving •· FAR 52.225-13, Restriction on Certain Foreign Purchases •· FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management •· FAR 52.252-2, Clauses Incorporated by Reference : http://farsite.hill.af.mil/ •· DFARS 252.223-7008, Prohibition of Hexavalent Chromium •· DFARS 252.225-7001, Buy American Act •· DFARS 252.225-7002, Qualifying Country Sources as Subcontractors •· DFARS 252.225-7048, Export Controlled Items •· DFARS 252.232-7003, Electronic Submission of Payment Requests •· DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions •· DFARS 252.232-7010, Levies on Contract Payments; •· DFARS 252.247-7023, Transportation of Supplies by Sea •· AFFARS 5352.201-9101, Ombudsman (C): •· AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances •· AFFARS 5352.201-9101, Ombudsman (C); (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Col Evan C. Dertien, AFTC/CV, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause); •· AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (C); (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (x) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xi) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xii) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xiii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations •· DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has Considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority Responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Please provide a response to clause DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Vendors must be registered in System for Award Management (www.sam.gov) before an award can be made. Any questions regarding this posting must be sent via email to Kimberly Read at kimberly.read.1@us.af.mil no later than 12:00 P.M. Central Standard Time on 17 September 2015. All proposals must be received via email to Kimberly Read at kimberly.read.1@us.af.mil no later than 12:00 P.M., Central Standard Time on 21 September 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/521e5f714083fd2ff69d40c28564dcf6)
- Place of Performance
- Address: Eglin AFB, FL, United States, Eglin AFB, Florida, United States
- Record
- SN03886739-W 20150917/150916000100-521e5f714083fd2ff69d40c28564dcf6 (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 |