Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
MODIFICATION

93 -- Mirrors for HEDS Dome - Specification Clarification

Notice Date
5/25/2017
 
Notice Type
Modification/Amendment
 
NAICS
333314 — Optical Instrument and Lens 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-0056
 
Point of Contact
Tonishia Bedford-Smith, Phone: 8017773539
 
E-Mail Address
tonishia.bedford-smith@us.af.mil
(tonishia.bedford-smith@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Clause List Purchase Specification Mirrors Drawings Specification Clarification Combined Synopsis/Solicitation: 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. Solicitation Number: FA8224-17-R-0056 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. Classification Data: NAICS Code: 333314; small business size standard is 500 Federal Supply Code: 9340 NOTE: This is a 100% small business set aside. IAW FAR 19.502-2 Description of item(s) to be acquired: The scope of this mirror contract involves delivery of various sizes and shapes of mirrors for use in the rear projection dome. The government intends to solicit and negotiate a firm-fixed price contract to build or cause to be built 44 Band 1 - 1st Mirrors with the following characteristics: 1/4 inch (6 mm) thick glass; Front surface aluminum coating, Black back exterior (to prevent light reflections off the back of mirror) with no visible distortions, flaws, blemishes or additional tinting. Standard Commercial Warranty coverage. Acceptance testing will be performed onsite by HEDS personnel to validate size, optical clarity and lack of visible flaws in the mirrors. See attached Purchased Specification for complete specifications. The following supplies are to be acquired: CLIN 0001 63.364" x 43" - 1/4" front surface mirror with black backing on back / 2 each Delivery: to be delivered 30 days after acceptance of CLIN 0001 CLIN 0002 63.364" x 43" - 1/4" front surface mirror with black backing on back / 10 each CLIN 0003 40.6" x 43" (left) 1/4" front surface mirror with black backing on back / 2 each CLIN 0004 25" x 16.5" - 1/4" front surface mirror with black backing on back / 7 each CLIN 0005 34" x 24.949" - 1/4" front surface mirror with black backing on back / 7 each CLIN 0006 26.83" x 17.5" - 1/4" front surface mirror with black backing on back / 7 each CLIN 0007 54.749" x 40" - 1/8" front surface mirror with 1/8" backing painted black on back / 7 each CLIN 0008 40.033" x 25" -1/4" front surface mirror with black backing on back / 1 each CLIN 0009 50.151" x 32" - 1/4" front surface mirror with black backing on back / 1 each Quantity: 44 complete units Unit of Issue: Each Option for Second Set of Mirrors: Option for a second identical set of mirrors to be executed in the next 18 months when funding is available shall be proposed. Dates and Place of Delivery: Two mirrors (CLIN 0001) shall be delivered within 30 days After Receipt of Order (ARO) to the 519th Software Maintenance Group, 6137 Wardleigh Road Bldg 1515 Rm 131 Hill AFB, Utah 84056, ATTN: Jeff Zaugg. Vendor shall be responsible to pay the freight charges, and they shall maintain ownership of the subassemblies until final acceptance testing has been approved by the COTR. Inspection and acceptance of the first two mirrors (CLIN 0001) will be performed within 1 week after delivery. Thirty days after acceptance of the first two mirrors - the remaining forty two mirrors (CLIN 0002 - CLIN 0009) of the same characteristics shall be delivered. Final inspection and acceptance will be performed within four weeks after delivery at destination by the approved COTR. Applicable Provisions/Clauses The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) 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) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); Technical and past performance, when combined, are significantly more important than cost or price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. (End of Provision) 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2017) In accordance with FAR 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. 52.212-4 Contract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019) (Jan 2017). Additional clauses applicable to this acquisition are included in the attached clause list. Notice to Offerors: 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. All current and/or future information about this acquisition will be distributed through FedBizOpps. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up to date information regarding this solicitation. Contractor shall provide evidence of delivery of similar quality mirrors to other projects. Proposal Submission Information: All questions concerning this requirement must be submitted in writing via email at least five working days prior to the closing date. The questions should be sent directly to Tonishia Bedford-Smith at tonishia.bedford-smith@us.af.mil. Offers shall be submitted by 2:00 PM MST on 6 June 2017 to Tonishia Bedford-Smith at tonishia.bedford-smith@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-17-R-0056/listing.html)
 
Place of Performance
Address: 519th Software Maintenance Group, 6137 Wardleigh Road, Bldg 1515 Rm 131, ATTN: Jeff Zaugg, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04521980-W 20170527/170525235959-fb85c05eb4695b7f5b66d615dd16badb (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.