Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
MODIFICATION

81 -- Aluminum Shipping/Storage Containers - Amendment 1

Notice Date
5/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-17-R-0040
 
Archive Date
5/30/2017
 
Point of Contact
Stephen A. Moberg, Phone: 9375224584, Joshua J. Morell, Phone: 9375224537
 
E-Mail Address
stephen.moberg@us.af.mil, joshua.morell@us.af.mil
(stephen.moberg@us.af.mil, joshua.morell@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
The deadline for the submission of proposals for combined synopsis/solicitation FA860117R0040 is hereby extended to 1300 hours EST, 15 May 2017. In all other respects, the combined synopsis/solicitation remains the same. COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in the award of a Contract for commercial items, i.e. Shipping and Storage Containers as described under the paragraph below titled "Requirements." The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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.To be eligible for award: (a) the offeror's proposal must conform to the requirements of the synopsitation; (b) each item to be included in a resulting award must receive a rating of "Acceptable" on the Technical evaluation factor; (c) The proposed price to be included in a resulting award must be determined to be fair and reasonable based on price analysis, as described in FAR 13.106-3(a); and (d) the offeror must be determined to be responsible based on the standards in FAR 9.104 Proposal evaluation does not permit tradeoffs between price and non-price factors. The Government reserves the right to (1) award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) whether proposed prices are determined to be fair and reasonable. Synopsitation Number: FA8601-17-R-0040. Set Aside: HUB-Zone Small Business. NAICS Code: 332439: Other Metal Container Manufacturing. Small Business Size Standard: 750 EMPLOYEES Solicitation Closing Date: Proposals must be received not later than 1:00pm, Eastern time, on 15 May 2017. Acceptable means of Submission: All submissions must be submitted electronically to stephen.moberg@us.af.mil. Any correspondence sent via e-mail must contain the subject line "Synopsitation FA8601-17-R-0040" The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-95, effective 19 Jan 2017; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20161222, effective 22 Dec 2016; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2017-0127, effective 27 Jan 2017. Address questions regarding this synopsitation to Stephen Moberg telephonically at (937) 522-4584 or via e-mail at stephen.moberg@us.af.mil no later than 9:00am, Eastern time, on 8 May 2017. A detailed description of the requirement, specific instructions for submission of proposals, and how proposals will be evaluated are provided below. The draft award, including applicable provisions and clauses, representations and certifications and other terms and conditions is an integral part of this synopsitation and is attached. Upon award, the Additional Instructions to Offerors, Evaluation Factors, provisions, and representations and certifications in the synopsitation (including in the draft award) will be removed from the award document. Delivery Schedule: As scheduled following award Delivery Destination: AFLCMC/EZPAA 5215 Thurlow St. Suite 5, Bldg 70, Area A Wright-Patterson AFB, OH 45433-5540 Attn: Joel Sullivan, 937-257-8162 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirements: Manufacture the CNU-629/E and CNU-628B/E shipping and storage containers in accordance with applicable specifications and drawings. Package and ship in accordance with attached AFMC Form 158 and DD Form 1653. Length of the proposal shall not exceed ten (10) typed pages in length, with margins no smaller than 1 inch, and type font no smaller than 12 point, Times New Roman font. Proposals not submitted in accordance with these requirements may be considered non-responsive. The proposals may otherwise be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Timeframe that the quote is valid 5. Total price, No Progress Payments 6. Shipping (FOB Destination) 7. Delivery Schedule 8. Completed copy of FAR 52.209-11 and FAR 52.212-3 Alternate I (if not already completed in SAM) 9. Completed copy of FAR 52.222-22 and FAR 52.222-25 (attached) Important Notice to Contractors: Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: (a) North American Industry Classification System (NAICS) code and small business size standard are as specified above (b) Submission of offers is as prescribed in the text of this synopsitation (c) Offer Acceptance and Validity Dates: This paragraph of the provision regarding the period during which the offeror agrees to hold the prices in its offer firm is amended to read 90 days. (e) Multiple Offers is hereby deleted from this solicitation and that paragraph is marked RESERVED Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide the CNU-629/E and CNU-628B/E shipping and storage containers described above under "Requirements". Price Proposal: Price List: The offeror shall provide a proposal that includes the price of all items listed above under "Requirements." The proposal/quote must specify an effective date, which shall be the date that proposals are due and have an expiration date no earlier than one year from the date that proposals are due. Prices should be proposed as F.o.b. destination per the definition in FAR 2.101-Definitions, which can be accessed at http://farsite.hill.af.mil/vffara.htm. Representations and Certifications: Offerors shall submit the following representations and certifications, which are incorporated into the draft award with its price proposal. FAR 52.212-3-Offeror Representations and Certifications-Commercial Items (April 2016) with its Alternate I (October 2014) If the offeror has not completed the representations and certifications listed above online in the System for Award Management (http://www.sam.gov), the offeror shall complete these representations and certifications (as prescribed therein) and submit them with the offeror's price proposal. EVALUATION FACTORS The Government will use Simplified Acquisition Procedures permitted by FAR 13.5-Simplified Procedures for Certain Commercial Items to evaluate proposals submitted in response to the solicitation. An award will be made, if any, to the lowest price technically acceptable offeror. The factors that shall be used to evaluate proposals are Technical and Price, as expounded below. FACTOR 1: Price Price will be evaluated based on the total evaluated price. The total evaluated price shall be based on adding the price of all line items, to include options. FACTOR 2: Technical Pursuant to evaluation of all requirements, the Technical factor will receive an overall rating of either "Acceptable," or "Unacceptable" using the rating and descriptions in the table below: Rating Description Acceptable: Proposal clearly meets the minimum requirements of the solicitation. Unacceptable: Proposal does not clearly meet the minimum requirement of the solicitation. In determining whether a technical proposal is Acceptable or Unacceptable, the Government will consider the extent to which the technical proposal demonstrates the offeror's ability to meet all of the Sub-factors listed below: Sub-factor 2.1: Past Experience 2.1.1. The contractor shall provide a list of orders completed within the last three years for similar manufactured containers: (i) The list shall document a minimum of three (3) examples of orders completed of a similar size, quantity, and performance timeline as required by the government for this order. (ii) The list shall include company/organization name(s), POC phone number(s) and email address(es). 2.1.2. The contractor shall provide a list of key personnel who shall be involved in the manufacturing of the containers, including applicable qualifications and experience with the materials specified on the drawings, to include 5356 welding requirement. Sub-factor 2.2: Production 2.2.1. The contractor shall explain in detail their interpretation/understanding of the requirements by providing a brief explanation on how they shall meet/accomplish each paragraph in the Prime Item Specification SP2000254000. 2.2.2. The contractor shall provide a list of their current equipment which shall be used to manufacture, test and inspect the required containers as required in the Prime Item Specification SP200025400. 2.2.3. The contractor shall provide a layout or a detailed description of their facility to include total square footage and square footage of storage area for finished containers as specified in paragraph 5.1 of the Prime Item Specification SP200025400. 2.2.4. The contractor shall provide a production schedule and list of suppliers who can provide all materials used in the fabrication of the containers and shall explain how delivery of the supplies fits into the schedule. Sub-factor 2.3: Quality 2.3.1. Contractor shall provide their quality control plan and system for ensuring that the containers shall meet all specifications contained in Prime Item Specification SP200025400 and Drawing DL200025400. Unless the Government has received a prior written notice that an offeror has withdrawn its proposal, the Government may accept the proposal in whole or in part before the proposal's expiration date. Attachments: 1. Statement of Work 2. Specifications 3. Drawings 4. Terms and Conditions 5. Fill in Clauses a. FAR 52.212-3 (Alternate I) b. FAR 52.222-22 c. FAR 52.222-25 6. Price Proposal 7. AFMC Form 158 8. DD Form 1653
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-17-R-0040/listing.html)
 
Place of Performance
Address: At contractor's facility., United States
 
Record
SN04509714-W 20170517/170515235817-8226d94fb1ed13cef70920dafdbfa80a (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.