Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2017 FBO #5734
SOLICITATION NOTICE

H -- Inter-Laboratory Comparison (ILC) for Primary Vibration Measurements - Statment of Work and Schedule B

Notice Date
8/3/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/WNMRP AFMETCAL, 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
 
ZIP Code
43056-6116
 
Solicitation Number
FA2263-17-Q-0027
 
Archive Date
12/31/2017
 
Point of Contact
Allen Kurella, Phone: 740-788-5052, Michael D Hickey, Phone: 740-788-5043
 
E-Mail Address
Allen.Kurella@us.af.mil, michael.hickey.2@us.af.mil
(Allen.Kurella@us.af.mil, michael.hickey.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Schedule B Statement of Work This is a combined synopsis/solicitation for commercial items 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, DAC 91-13, and Defense Publication Notice (DPN) 20161222. This announcement constitutes the only solicitation. Quotes are being requested and a written request for quotation (RFQ) will not be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any). AFMETCAL at Heath OH intends to award a firm fixed price contract under Simplified Acquisition Procedures (SAP) in accordance with FAR Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, for the purchase of an Inter-Laboratory Comparison (ILC) for Primary Vibration Measurements. The RFQ number is FA2263-17-Q-0027 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 541380 and the business size standard is $15,000,000 in sales. This RFQ is being solicited as unrestricted. Offerors are requested to provide pricing for up to 9 participants including a final report. It is anticipated that up to 9 participants will be purchased. All participating labs testing and the final report must be completed before 30 September 2018. If this project does not have 9 participants by 30 September 2018, the remaining funding will be removed by a contract modification. Services offered shall meet the definition of commercial items in FAR Part 2. The service must meet the requirements of Statement of Work CCG# 670 dated 10 July 2017. The Statement of Work (SOW) is available for download at this site. Please review ALL documents carefully. Delivery of the Final Report as defined in SOW shall be due no later than 30 September 2018. The SOW contains the required delivery schedule. Delivery shall be FOB destination. Invoices may not be submitted in Wide Area WorkFlow (WAWF) through Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) until the each participating lab has finished testing and confirmation of testing has been sent to AFMETCAL. The final participant lab payment will be held until the Final Report, as defined in the SOW, has been delivered and accepted. Offerors will be required to provide pricing for up to 9 participants. The final report cost shall be included in the price of the participants. Offerors shall complete Schedule B, posted at this site, for proposed pricing. The current versions of the following provisions and clauses, both by reference or full text, apply to this acquisition and are incorporated herein: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 "Evaluation--Commercial Items - (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:" 1. Technical. Capability of the service offered to meet the Government requirements as stated in the Statement of Work; and 2. Price. Award will be based on technical acceptability (acceptable or not acceptable) and then lowest total evaluated price. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this request for quotation. Technical Tradeoffs will not be made and no additional credit will be given for exceeding acceptability. All offeror's shall provide with their proposal: descriptive literature, brochures, and a technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed service. The technical proposal response MUST include a written line-by-line response to each paragraph number of the Statement of Work, and provide sufficient supporting technical literature. Solely restating the paragraphs of the purchase description or limiting the response to a simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed service meets the requirement of a specific Statement of Work paragraph, you may reference that page and paragraph of the technical literature in your technical response in lieu of restating it. The total evaluated price will be calculated as follows: (1) The evaluated price will be the price per participant proposed multiplied by the specified unit quantity (e.g. 2 EACH). FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I. Each offeror shall include a completed copy of this provision. Offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) Website accessed through http://www.sam.gov/portal. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision; 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); FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-28 Post-Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Equal Opportunity for Workers with Disabilities; FAR 52.222-41 Service Contract Labor Standards FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34 F.o.b. - Destination; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEVIATION); DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION); DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.225-7035 Buy American - Free Trade Agreements - Balance of Payments Program Certificate, with Alternate I; DFARS 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program, with Alternate I; 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 Payments; DFARS 252.244-7000 Subcontracts for Commercial Items; DFARS 252.247-7023 Transportation of Supplies by Sea; AFFARS 5352.201-9101 Ombudsman - When appropriate, potential offerors may contact Ombudsman Lt. Col. Peter A. Sandness, AFLCMC/AQ at Phone 312-785-5512 or email at peter.sandness@us.af.mil. It is the offeror's responsibility to be familiar with the applicable provisions and clauses. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). Offerors need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items; and include a completed FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. The Government's preferred method is Online Representations and Certifications. The representations and certifications in FAR 52.212-3 fill-in MUST be completed and a copy returned with offer. This can be accomplished by registering in the System for Award Management (SAM) at https://www.sam.gov and completing the online Representations and Certifications. IMPORTANT NOTICE TO OFFERORS: All prospective awardees are required to register at 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 and Receiving Reports. 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. Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) through Wide Area WorkFlow (WAWF) e-Business Suite 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 https://wawf.eb.mil. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The government reserves the right to limit the number of offers reviewed for award, for efficiency purposes. The offer MUST: (1) be valid for a period of 90 days, (2) be for the service described in the Statement of Work, (3) be FOB Destination, (4) include a proposed testing schedule, (5) include copy of commercial price list, (6) include name of and be signed by an authorized company representative along with telephone number, facsimile number, and email address, (7) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (8) include a technical proposal that includes a written line-by-line response to the SOW, (9) include completed Schedule B, (10) completed FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors shall ensure information in SAM is current, and (11) complete FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification; (If applicable). The Government reserves the right to incorporate the successful offeror's technical proposal into any contract resulting from this solicitation. This will be a DO-A70 rated order. Offers are due by 5 September 2017 at 2:00 PM EDT to: Allen Kurella, AFMETCAL, 813 Irving-Wick Dr W, The Horton Bldg, Heath OH 43056-1199. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by overnight mail. Electronic submissions to allen.kurella@us.af.mil are permissible in a PDF compatible attachment with an original sent by overnight mail. Due to current Air Force requirements emails shall not include ZIP files. Offerors bare the risk for receipt of submitted offers being untimely. Offerors shall allow sufficient time for receipt of electronic submissions by the due date and time. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. All responsible sources may submit an offer, which if received timely shall be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FA2263-17-Q-0027/listing.html)
 
Record
SN04611452-W 20170805/170803232642-4478bc352717f17f4e5eb8b3205f4a91 (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.