Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2017 FBO #5609
SOLICITATION NOTICE

J -- Repair FD332 Alarm Processing Units - SSJ

Notice Date
3/31/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8307-17-R-0071
 
Archive Date
4/25/2017
 
Point of Contact
Alfie Ritchey, Phone: (210) 977-5483
 
E-Mail Address
alfie.ritchey@us.af.mil
(alfie.ritchey@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted Justification The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Contracting Division (AFLCMC/HNCK) hereby gives notice of intent to award a Sole Source Firm-Fixed-Price Purchase Order as implemented by the Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i), soliciting from limited source to satisfy agency requirements. 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; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) Code for this synopsis/solicitation is 811219, Size Standard $20.5 M. Solicitation/Purchase Request Number FA8307-17-R-0071 issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Regulation. The clauses and provisions referenced in this solicitation may be obtained in full text form located at FAR Site, http://farsite.hill.af.mil. AFLCMC/HNCK intends to award a Firm-Fixed-Price Purchase Order for the Repair of Forty Seven (47) each, FD332 Alarm Processing Units. The original equipment manufacturer (OEM) is Fiber Sensys, Inc. (Cage Code: 00HA5), 2925 NW Aloclek Dr. Ste 120, Hillsboro, OR 97124-7580. Interested parties capable of providing the above must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this combined synopsis/solicitation, contractors must be registered in System for Award Management. You may register at URL: http://www.sam.gov/ The requirements for RFQ FA8307-17-R-0071 are as follows: 1. Please provide your repair quote(s) for the following items: ITEM DESCRIPTION P/N QTY Unit Price Total Price 1 FD332 Alarm Processing Unit FD332-TASS 47 2 Freight/Shipping n/a Lot 2. The RFQ requirements are as follows: • Name: • Cage Code: • Delivery: 30/60/90 days ARO or provide your best delivery schedule. __________ • Inspection/Acceptance: Destination. • FOB Destination - FAR 52.247-34 • Inspection: Commercial Item Inspection. • Marking of Shipments (Packing, Marking, Consignment Instructions) FAR 47.305-10 • Packing/Packaging - Commercial ASTM D3951. • Payment must be processed electronically through WAWF. • Prices are valid for 30 days. • Payment Terms: Net 30 days. • Gov't Discount: If any._____________________ • Statement of Work (SOW) a) The Contractor shall perform all essential repair and services necessary to restore item(s) to a serviceable condition, in accordance with the Original Equipment Manufacturer (OEM)'s specifications and drawings. Note: The Government does not own nor does it have in its possession: OEM specifications or drawings (technical data) or Government Repair Technical Orders (T.O.s) to accomplish these repairs. b) Essential repair are hereby defined as repair services and materials required restoring item(s) to a condition that will enable them to perform their intended function, in accordance with approved manufacture's specifications and drawings. Essential repairs will include cosmetic repair, which does not affect the items utility, and retrofitting upgrade. c) The Contractor shall make no unauthorized modifications to the item(s). d) Statement of repair action must accompany return equipment before payment is authorized. 3. Submit to me your quote(s) via e-mail to alfie.ritchey@us.af.mil along with your company's commercial pricing information, if any, no later than 10 Apr 2017, 4:00 pm (Central Time). Late quotes/offers will not be considered. 4. The following Clauses are applicable: FAR Clauses: 52.204-07-- System For Award Management (Oct 2016) 52.204-10 -- Reporting Executive Compensation And First-Tier Subcontract Awards (Oct 2016) 52.204-13 -- System For Award Management Maintenance (Oct 2016) 52.204-16 - Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 - Commercial and Government Entity Code Maintenance (Jul 2016) 52.209-06-- Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (Oct 2015) 52.212-01-- Instructions To Offerors - Commercial Items (Oct 2016) 52.212-03 -- Offeror Representations And Certifications -- Commercial Items. (Oct 2016) 52.212-04 -- Contract Terms And Conditions -- Commercial Items. (May 2015) 52.212-04-- Addendum To Contract Terms And Conditions-Commercial Items (May 2015) - Is Hereby Tailored As Follows: (A) The Place Of Inspection, Acceptance, And FOB Is Destination. 52.212-05 -- Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Nov 2016) 52.219-28-- Post Award Small Business Program Representation (Jul 2013) 52.222-03-- Convict Labor (June 2003) 52.222-19-- Child Labor--Cooperation With Authorities And Remedies (Oct 2016) 52.222-21-- Prohibition Of Segregated Facilities (Apr 2015). 52.222-22-Previous Contracts and Compliance Reports (Feb 1999). 52.222-26-- Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36-- Equal Opportunity For Workers With Disabilities (Jul 2014) 52.222.41-Service Contract Labor Standards (May 2014) 52.222-50--Combating Trafficking In Persons (Mar 2015) 52.223-18-- Encouraging Contractor Policies To Ban Text Messaging While Driving (Aug 2011) 52.225-13 - Restrictions On Certain Foreign Purchases (Jun 2008) 52.232-01 - Payments (Apr 1984) 52.232-08 -- Discounts For Prompt Payment (Feb 2002) 52.232-33 - Payments By Electronic Funds Transfer-System For Award Management (Jul 2013) 52.232-39 -- Unenforceability Of Unauthorized Obligations (Jun 2013) 52.232-40--Providing Accelerated Payments To Small Business Subcontractors (Dec 2013) 52.233-01 -- Disputes (May 2014) 52.233-04 -- Applicable Law For Breach Of Contract Claim (Oct 2004) 52.247-34 -- F.O.B. Destination (Nov 1991) DFARS Clauses: 252.203-7000 -- Requirements Relating To Compensation Of Former Dod Officials. (Sep 2011) 252.203-7002-- Requirement To Inform Employees Of Whistleblower Rights (Sep 2013) 252.203-7005 --Representation Relating To Compensation Of Former Dod Officials (Nov 2011) 252.204-7011 - Alternative Line Item Structure (Sep 2011) 252.204-7015 -- Disclosure Of Information To Litigation Support Contractors (May 2016) 252.223-7008-Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7001-Buy American and Balance of Payments Program-Basic (Dec 2016) 252.232-7003-- Electronic Submission Of Payment Requests And Receiving Reports (Jun 2012) 252.232-7006 -- Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 -- Levies On Contract Payments (Dec 2006) 252.237-7010 --Prohibition On Interrogation Of Detainees By Contractor Personnel (Jun 2013) 252.243-7001 -- Pricing Of Contract Modifications (Dec 1991) 252.244-7000 -- Subcontracts For Commercial Items (Jun 2013) 252.246-7008 - Sources of Electronic Parts (Oct 2016) AFFARS Clause: 5352.201-9101 Ombudsman (Jun 2016), will be included in this Acquisition's Solicitation and Purchase Order. The AFLCMC Ombudsman can be contacted at: (Primary) Lt Col Kenneth L. Decker, Jr., Deputy Director, Acquisition Excellence Directorate or (Alternate), Ms. Jill Willingham, Program Management Division Chief, AFLCMC/AQP, at 937-255-5512 or DSN 785-5512. 5. Please ensure your company cage code is current in SAM.gov when you submit your quote(s). 6. If you have any questions or concerns, please contact me at your earliest convenience.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-17-R-0071/listing.html)
 
Record
SN04456427-W 20170402/170331235349-e3ce6a9f075c0f49107ba3f048ded1f6 (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.