Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
MODIFICATION

66 -- Oven Control System

Notice Date
4/26/2017
 
Notice Type
Modification/Amendment
 
NAICS
333994 — Industrial Process Furnace and Oven 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
FA822417T0007
 
Point of Contact
Donald Gregory, Phone: 8015869170, Randy Tobler, Phone: (801) 586-3335
 
E-Mail Address
donald.gregory.4@us.af.mil, randy.tobler@hil.af.mil
(donald.gregory.4@us.af.mil, randy.tobler@hil.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 AND ATTACHED TO THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. THE SOLICITATION NUMBER IS FA822417T0007. IT IS ISSUED AS AN INVITATION FOR A REQUEST FOR QUOTATION (RFQ). THIS SOLICITATION DOCUMENT AND INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2005-55. THIS ACQUISITION IS A SMALL BUSINESS SET ASIDE. THIS REQUIREMENT WILL BE UNDER NAICS CODE 333994 WITH A STANDARD SIZE OF 500 EMPLOYEES. ANY INTERESTED PARTIES SHOULD SUBMIT A STATEMENT OF CAPABILITIES TO THE POINTS OF CONTACT LISTED ABOVE BEFORE THE CLOSING DATE OF THIS ANNOUNCEMENT. THE CONTRACTOR MUST HAVE THE EXPERTISE AS WELL AS HAVE PERSONNEL CAPABLE OF RECEIVING PROPER CLEARANCES NECESSARY TO MEET THE SERVICE REQUIREMENTS LISTED IN THE TABLE BELOW. The contractor shall provide all labor and equipment to remove the current oven control system and install a new one IAW the PWS dated 1 Feb 2017 for the Ogden Air Logistic Complex (OO-ALC), Hill AFB, Utah (HAFB). Please refer to the table below for an overview of the applicable CLINS. And the attached PWS and CDRLs for requirement details. CLIN Product or Service Description Unit Price Per Month Total Extended Cost 0001 Please include all equipment and services under 1 CLIN as 1 Lot Total Price The following provisions and clauses are incorporated into this acquisition: (Full text of provisions and clauses may be accessed electronically at http://farsite.hill.af.mil ) FAR 52.204-7 System for Award Management (SAM) Registration FAR 52.212-1 Instructions to Offerors-Commercial FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1) Technical capability of the item offered to meet the Government requirement; 2) Price, and 3) Time-line (will the Contractor be able to have all the bins in place by 7 days of receiving the award). The Government will evaluate the total price of the offer for award purposes. All offerors shall include a completed copy of FAR 52.212-3 Offeror Representation and Certifications-Commercial Item or complete electronic annual representations and certifications at https://www.sam.gov/portal/public/SAM/. FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation) applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. FAR 52.217-7 Option for Increased Quantity The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. FAR 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 12 months. FAR 52.222-3 Convict Labor FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification FAR 52.227-14 Rights in Data-General FAR 52.232-33 Payment by Electronic Funds Transfer FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.201-7000 Contracting Officer's Representative (COR) DFARS 252.203-7002 Requirement to Inform Employees of Whisteblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A Central Contractor Registration DFARS 252.204-7007 Alternate A Annual Representations and Certifications DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DFARS 252.227-7022 Government Rights (Unlimited) DFARS 252.227-7023 Drawings and other Data to Become Property of Government DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DFARS 252.232-7010 Levies on Contract Payment AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 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 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 ombudsmen, Mr. Kevin Flinders, at (801) 777-6549 or kevin.flinders@hill.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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. AFFARS 5352.242-9000 Contractor Access to Air Force Installations - (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and emissions certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. IAW FAR 12.603(a)(3) and 5.203(b) THE CLOSING DATE/TIME OF THIS COMBINED SYNOPSIS AND SOLICITATION IS MAY 12, 2017, 5:00 PM (MST). POINT OF CONTACT FOR THIS REQUIREMENT IS: Donald H. (Skip) Gregory Donald.Gregory.4@us.af.mil (801) 586-9170 Randall W. Tobler Randall.Tobler@us.af.mil (801) 586-3335
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA822417T0007/listing.html)
 
Place of Performance
Address: Building 5 Bay K, Hill AFB, Utah, 84056-5843, United States
Zip Code: 84056-5843
 
Record
SN04486184-W 20170428/170426235157-c31eb33a4984eb012f5b9a70a6efc5df (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.