Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
MODIFICATION

38 -- Hydraulic Crane - Amendment 1

Notice Date
11/8/2016
 
Notice Type
Modification/Amendment
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
 
ZIP Code
37389-1335
 
Solicitation Number
FA9101-17-P-0005
 
Archive Date
11/30/2016
 
Point of Contact
Miriam James, Phone: 9314544406, Vincent K. Pitts, Phone: 9314545174
 
E-Mail Address
miriam.james@us.af.mil, aedc.sso@us.af.mil
(miriam.james@us.af.mil, aedc.sso@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REVISED STATEMENT OF WORK NOTICE OF AMENDMENT TO SYNOPSIS/SOLICITATION: ATTACHMENT A, NOTE #2 OF THE STATEMENT OF WORK IS CHANGED. Note #2 IS CHANGED FROM: "2. Motor dimensions: L= 23'-2 1/8", W= 9'-8 1/8" and H= 10'-3". Motor length shown is motor housing." TO: "2. Motor dimensions: L= 23'-2 1/8", W= 9'-8 1/8" and H= 7'-3". Motor length shown is motor housing." THE REVISED STATEMENT OF WORK IS PROVIDED AS AN ATTACHMENT TO THIS AMENDMENT. THERE ARE NO OTHER CHANGES ASSOCIATED WITH THIS AMENDMENT. i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) Solicitation number: FA9101-17-P-0005 (iii) The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91, Effective: 30 Sep 2016. (iv) This solicitation is competed as a Total Small Business Set-Aside. The associated NAICS is 333120, with a minimum size standard of 1,250. (v)(vi) CLIN Name Quantity Price 0001 240 Ton Hydraulic Crane 1 $ Description: Provide all materials, labor, and equipment necessary to provide a new fully functional all-terrain hydraulic mobile crane with a minimum capacity of 240 ton (US) with a 360 degree outrigger capability at Arnold Air Force Base, TN. Provide a complete assembly necessary to have a fully operational mobile crane. Provide a mechanically operated bi-fold swing out jib with a minimum of 36 feet in length. See the attached Statement of Work for a complete list of requirements. This end item is required not more than 6 months after receipt of order. CLIN Name Quantity Price 0002 Training Services 1 Not Separately Priced Description: Provide on-site training by a skilled technician to review operation and maintenance with the personnel for a minimum of 40 hours conducted Monday - Friday; excludes Federal Holidays. This end item is required after demonstration and acceptance by the Government of the end item. (vii) This 240 ton crane identified at CLIN 0001 is required not more than 6 months after receipt of order. The service identified at CLIN 0002 is required after demonstration and acceptance by the Government of the crane. The inspection and acceptance for the crane and training services is FOB destination. Instructions: 1. This Request for Quotes (RFQ) is Subject to the Availability of Funds, IAW FAR 52.232-18-Availability of Funds. 2. This is a Firm-Fixed Price Contract, IAW FAR 16.202. Progress Payments or Advance payment are not authorized. 3. Submission of quotes. Submit signed and dated quotes to the office specified in this synopsis/solicitation at or before the exact time specified in this RFQ. 4. Period for acceptance of quotes. The Offeror agrees to hold the prices in its quote firm for 30 calendar days from the due date and time specified for receipt of offers. 5. General Information. Offers may be submitted electronically to Miriam.James@us.af.mil no later than the offer due date and time of 22 Nov 2016, 12:00 CST. Offerors are advised to ensure that their firm's submission is received by the Contract Specialist by a return email acknowledging receipt of the offer; or offers may conduct a telephonic follow-up and receive a subsequent email acknowledging receipt of the offer. 6. Any questions or comments regarding the specifications, delivery requirements, or other terms of the RFQ must be submitted not later than 7 November 2016, 12:00 CST. 7. In accordance with Lowest Price Technically Acceptable (LPTA) source selection procedures the Contracting Officer will evaluate proposals based on price first and technical acceptability second. That is, the lowest price offer will be evaluated, if deemed technically acceptable (meets Government's minimum requirement) then no other offers will be evaluated. If the lowest priced offer is deemed not technically acceptable, then the next lowest priced offer will be evaluated. This process is adhered to until a technically acceptable offer is determined. (A) Price Evaluation: The Offeror's Quote will be evaluated for award purposes by totaling the price for CLIN 0001, note CLIN 0002 is not separately priced. (B) Total Evaluated Price: Price analysis will be performed to determine the reasonableness of the Offeror's Quote. Reasonableness will be based on the total evaluated price. The total evaluated price will be calculated as the sum of the prices CLIN 0001. (C) Unrealistically Low Costs or Prices: Unrealistically low proposed costs or prices, initially or subsequently, may be grounds for eliminating a Quote from competition either on the basis that the Offeror does not understand the requirement or the Offeror has made an unrealistic Quote. (D) Technical capability of the item offered to meet the Government requirement. Offerors are instructed to provide the manufacturer's literature and any other documentation demonstrating that the offered end product meets the requirements detailed in the Government Statement of Work. (1) Offers will be rated as either acceptable or unacceptable. Acceptable Meets all the minimum requirements of Statement of Work Unacceptable Fails to meet any one or more of the minimum requirements of the Statement of Work (2) Technical acceptability will be evaluated on the lowest priced offer first. The Contracting Officer will evaluate quotes based on price first and technical acceptability second. That is, the lowest price quote will be evaluated, if deemed technically acceptable, then no other quotes will be evaluated. If the lowest priced offer is deemed not technically acceptable, then the next lowest priced quote will be evaluated. This process is adhered to until a technically acceptable quote is determined. (a) Technical Acceptability: The Government will evaluate product literature or supplemented offeror information provided in response to the RFQ to evaluate conformance to the salient paragraphs of the Statement of Work (see attachment). The following are salient characteristics derived from the Statement of Work. 3.1.4 Provide verification of on-site training plans to be provided by a skilled technician to review operation and maintenance with personnel for a minimum of 40 hours. 3.2.1 Able to lift a 137,000 lb. motor @ 30ft. radius per manufacturer's load chart after deductions and rotate within the constraints shown in Attachment A of the Statement of Work. 3.2.2 Capacity Greater than or equal to 240 ton (US) 3.2.3 Height Less than or equal to 15 feet 3.2.4 Jib mechanically operated bi-fold swing out jib with a minimum of 36 feet in length. Jib shall be offsettable between 0 and 40 degrees. 3.2.5.1 Boom (Type & Length) All steel construction and of full power type with 6 sections; working lights mounted on boom base section; extended length shall be at a minimum length of 210 feet 3.2.5.2 Boom elevation Controlled by a single lift hydraulic cylinder for boom angle range from -1.5 degree below horizontal to +82 degree above horizontal; equipped with a safety valve. 3.2.5.3 Display & controls Load moment and anti-two block system with audio/visual warning system, and control lever lockout. System shall provide graphic display of boom angle, length, radius, tip height, relative load moment, maximum permissible load, load indication and warning of impending two-block condition with lock-out hoist function. Crane shall also have a working range limiter. 3.2.5.4 Crane cab Constructed of all aluminum with acoustical lining and hydraulic tilt. Cab shall include air conditioning, independent diesel cab heater, tinted safety glass adjustable operator's seat, opening windows at side and rear, hinged windshield with wiper, sun visor and window shade. Cab shall have additional cab mounted work light and strobe light. 3.2.5.5 Swing system Planetary gear boxes with fixed displacement axial piston motor that is infinitely variable to 1.3 rpm. System shall be a continuous free swing type with a foot operated switch. 3.2.5.6 Main and auxiliary hoists Powered by axial piston motor with planetary gear and brake. Both the main and auxiliary hoist shall be equipped with cab drum rotation indicators. Main hook block shall be a duplex type hook at a minimum of 135 ton (US) and auxiliary hook block at a minimum of 35 ton (US). Headache ball shall be included in package. 3.2.6.1 Frame Constructed of high strength steel with a torsion resistant frame. A hook block tie-down provision shall be provided at the front of the frame. 3.2.6.2 Four outrigger system Hydraulic two-stage outrigger beam with vertical cylinders and outrigger pads. Outrigger system shall have 4 positions with a max position (full extension) of no more than 26 feet. Outriggers shall be independently controlled in the horizontal and vertical direction, and shall have an electronic crane level indicator. Outrigger system shall also have a working light for each outrigger beam and an outrigger pad load indicator. 3.2.6.3 Transmission Minimum of 6 speeds forward and 1 speed for reverse. 3.2.6.4 Tires 20.5 R25 and shall meet industry standards for all terrain mobile cranes. 3.2.6.5 Engine 6 cylinder, diesel, water cooled, turbocharged, 532 hp at 1700 rpm, or approved equal. Shall include a stainless steel exhaust system with spark arrestor. 3.2.6.6 Carrier Two man aluminum construction with safety glass, pneumatic suspension for the driver seat, engine-dependent hot water heater, air conditioning, complete instrumentation and driving controls, reversing camera system, strobe light, fire extinguisher, and wind speed indicator. (E). Number of Contracts to be Awarded: The Government intends to select one contractor for the New Hydraulic All Terrain Mobile Crane. However, the Government reserves the right to award no contract at all, depending on the quality of the quotes and prices submitted and the availability of funds. (F) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. (viii) In accordance with FAR 212-03-Offeror Representations and Certifications-Commercial Items, submit proof of System for Award Management (SAM) registration (www.sam.gov), and ensure that representations and certifications are complete and current. If a business concern is not registered in SAM, complete the necessary fill-ins in FAR Clause 52.212-03, Offeror Representations and Certifications-Commercial items-- (Alternate 1 (Oct 2014). FAR 52.212-03 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS -- ALTERNATE I (OCT 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]: Black American. Hispanic American. Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). Individual/concern, other than one of the preceding. (xi) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2015) applies to this acquisition. (xii) FAR 52.212-5-- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2016) applies to this acquisition and is included below. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108- 78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). (5) [Reserved] (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). _X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). _X (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (10) [Reserved] 657a). (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. (ii) Alternate I (Nov 2011) of 52.219-3. _X (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). (ii) Alternate I (Jan 2011) of 52.219-4. (13) [Reserved] _X (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011). (iii) Alternate II (Nov 2011). (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-7. (iii) Alternate II (Mar 2004) of 52.219-7. (3))._X (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637 (d)(4)). (ii) Alternate I (Oct 2001) of 52.219-9. (iii) Alternate II (Oct 2001) of 52.219-9. (iv) Alternate III (Oct 2015) of 52.219-9. (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). _X (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _X_ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 13126). X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X_ (28) 52.225-26, Equal Opportunity (Apr 2015) (E.O. 11246). X_ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). X_ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). X_ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). X_ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) X_ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). (38) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 (ii) Alternate I (Oct 2015) of 52.223-13. 13514 (39) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and (ii) Alternate I (Jun 2014) of 52.223-14. 8259b).. (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. (41) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). (ii) Alternate I (Jun 2014) of 52.223-16. _X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). (44) 52.223-21, Foams (Jun 2016) (E.O. 13696). (45) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (46) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). (ii) Alternate I (May 2014) of 52.225-3. (iii) Alternate II (May 2014) of 52.225-3. (iv) Alternate III (May 2014) of 52.225-3. (47) 52.225-5, Trade Agreements (Feb 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X (48) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (49) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (50) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). (51) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). (52) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). (53) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X (54) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (55) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). (56) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). (57) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (58) (i) 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). (ii) Alternate I (Apr 2003) of 52.247-64 (xiii) No progress payments or advance payments are authorized. (xiv) Defense Priorities and Allocations System rating is: DO-C9 (Normal Action/ Miscellaneous) (xv) Due date and time for Request for Quotes to be submitted is 22 Nov 2016, 12:00 CST to miriam.james@us.af.mil (xvi) Contact Miriam James if you require additional information at miriam.james@us.af.mil or at 931-454-4406. CLAUSES INCORPORATED BY REFERENCE 52.203-03 GRATUITIES (APR 1984) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.252-02 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS. 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEC 2015) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2015) 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT (MAY 2016) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description or n/a. N/A Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description. If items are identified in the Schedule, insert "See Schedule" N/A Para (c)(1)(iii). Attachment Nr. N/A Para (c)(1)(iv). Attachment Nr. N/A Para (f)(2)(iii). Line item number or n/a. N/A 252.222-7007 REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (AUG 2016) 252.225-7020 TRADE AGREEMENTS CERTIFICATE (NOV 2014) 252.225-7021 TRADE AGREEMENTS (SEP 2016) 252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (SEP 2004) 252.227-7015 TECHNICAL DATA--COMMERCIAL ITEMS (FEB 2014) 252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (JUN 2013) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012).252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM. 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC2012) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7008 SOURCES OF ELECTRONIC PARTS (AUG 2016) 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 19920 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA - BASIC (APR 2014) 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (NOV 2012) CLAUSES INCORPORATED BY FULL TEXT AEDC H-0001 USE OF NON-GOVERNMENT ADVISORS (18 Aug 2016) (a) Offerors are advised that technical and cost/price data submitted to the government in response to this solicitation may be released to non-government advisors for review and analysis. The non-government advisor support will be provided by: National Aerospace Systems (NAS), Chugach Federal Solutions Inc. (b) Offerors shall complete paragraph (b)(2) or provide written objection to disclosure as indicated in paragraph (b)(1) if the offeror objects to disclosure of a portion of the proposal, the consent in (b)(2) should be provided for the remainder of the proposal. (1) Any objection to disclosure: (i) Shall be provided in writing to the contracting officer within 10 days of RFP issuance; and (ii) Shall include a detailed statement of the basis for the objection. The detailed statement shall identify the specific portions of the proposal the offeror objects to disclosure to non-government advisors. (2) I understand technical and cost/price data submitted to the government in response to this solicitation may be released to non-government advisors. I consent to release of any (unless objection is provided in (b)(1) above) proprietary, confidential, or privileged commercial or financial data provided by the firm(s) named below in response to this solicitation, to non-government advisors for review and analysis: Firm: Name (individual authorized to commit firm): Title: Date of Execution: 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO. Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. F1EEMA (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC: F03000 Issue By DoDAAC: F1EEMA Admin DoDAAC: FA9101 Inspect By DoDAAC: F1EEMA Ship To Code: FB2804 Ship From Code Mark For Code: F1EEMA Service Approver (DoDAAC): F1EEMA Service Acceptor (DoDAAC): FA9101 Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system to Miriam.James@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Miriam.James@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988 252.203-7997 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2016-O0003) (OCT 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal law - Fiscal Year 2016 Appropriations Deviation 2016-O0002)(OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other 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; or (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 in 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) 5352.201-9101 OMBUDSMAN (JUN 2016) (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 interested 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, the interested party may contact the ombudsman, The Center/MAJCOM or AFISRA Ombudsmen, Air Force Test Center Vice Commander, 1 South Rosamond Blvd, Edward AFB, CA 93524-3784, Phone Number (661) 2772810, Facsimile Number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman 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) 256-2395, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/FA9101-17-P-0005/listing.html)
 
Place of Performance
Address: 100 Kindel Dr, Arnold AFB, Tennessee, 37389, United States
Zip Code: 37389
 
Record
SN04322953-W 20161110/161108234425-b6fb0fb868fbd65d6c66cfc7f1f68eb6 (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.