Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
MODIFICATION

49 -- Tube Cleaning System

Notice Date
4/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery 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
FA8224-17-R-1904
 
Archive Date
5/24/2017
 
Point of Contact
Lyndsay J. Wilson, Phone: 8015862089, Hideo J Mera, Phone: 801-777-4626
 
E-Mail Address
lyndsay.wilson@us.af.mil, hideo.mera.2@us.af.mil
(lyndsay.wilson@us.af.mil, hideo.mera.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
UPDATE 20 April 2017 Delivery Schedule was questioned. Delivery schedule is flexible. Please include a realistic timeframe of delivery in the proposal. ______________________________________________________________________ Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii) Solicitation Number: FA8224-17-R-1904 This solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95. (iv) Contracting Officer's Business Size Selection SB set-aside NAICS Code 333999 Small Business Size Standard 500 employees (v) CLIN Nomenclature UI QTY 0001 Tube Cleaning System EA 1 (vi) Description of item(s) to be acquired: Please reference the attached document for detailed specifications. (vii) Period of Performance and place: Delivery is to be completed within 60 days after date of Contract (ADC). FOB Destination. The contractor shall provide requested products to the 533rd CMMXS located at Hill AFB, Utah. Questions: (if Necessary) All questions regarding this solicitation can be sent to lyndsay.wilson@us.af.mil and must be received NLT 10 May 2017. (viii) The provision at 52.212-1, Instructions to Offerors (Apr 2014) -- Commercial, applies to this acquisition. Offers are due by 1200 MST, 9 May, 2017 via electronic mail to lyndsay.wilson@us.af.mil a. Provide Cage code when submitting Bid (ix) 52.212-2: Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price; (ii) technical capability of the item offered to meet the Government requirement; (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed total price. The contract will be awarded to the company with lowest price, which also fully meets all specifications.. All proposals will be evaluated for technical acceptability (to be based on the specifications). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) 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. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications (Dec 2014) -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (may 2014), applies to this acquisition and a statement regarding any addenda to the clause. (xii) FAR 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders- Commercial items (Deviation 2013-O0019) (Dec 2014) (xiii) OTHER FAR CLAUSES AND PROVISIONS 52.204-7 System for Award Management (Oct 2016) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). 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) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 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). 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (iii) Alternate II (NOV 2011). 52.219-28 Post- Award Small Business Program Rerepresentation (Jul 2013) 52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). 52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(Apr 2015) 52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (Sep 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). 52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513). 52.232-8 Discounts for Prompt Payment (Feb 2002) 52.232-23 Assignment of Claims (May 2014) 52.225-1 Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or transactions relating to Iran- Representation and Certifications (Oct 2015) 52.232-8 Discounts for Prompt Payment (Feb 2002) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes (May 2014) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.244-6 Subcontracts for Commercial Items 52.247-34 F.O.B Destination 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses incorporated by reference 52.252-5 Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in clauses 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sept. 2011) 252.203-7002 Requirement to Inform employees of Whistleblower Rights (Sept. 2013) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (Nov 2011) 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2017-O0001) 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2017-O0001) 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments (Dec 2006) 5352.201-9101 Ombudsman (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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Ms. Jonna L. Hancey AFMC OL_H/PZC 801-777-5399, jonna.hancey@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) (xiv) Additional Contract Requirement or Terms and Conditions: Please provide drawings and a step by step process (in contractor format) of how the proposed system shall operate. (xv) Defense Priorities and Allocations System (DPAS): N/A (xvi) Proposal Submission Information: All questions or comments must be sent to Lyndsay Wilson by email at Lyndsay.wilson@us.af.mil, NLT 1200 MST, 2 May, 2017. Offers are due by 1200 MST, 9 May, 2017 via electronic mail to Lyndsay.wilson@us.af.mil. (xvii) For additional information regarding the solicitation contact Lyndsay Wilson at 801-586-2089. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-17-R-1904/listing.html)
 
Place of Performance
Address: 533rd CMMXS, Hill Air Force Base, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04479765-W 20170422/170420235555-6f658180e0b9b60f1e2affeeaca04191 (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  © 1994-2020, Loren Data Corp.