Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

J -- Frequency Converter 1 year - Combo Solicitation

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA4625-17-Q-0105
 
Archive Date
9/5/2017
 
Point of Contact
Jarrett P. Middleton, Phone: 6606872595
 
E-Mail Address
509cons.sollgcb@us.af.mil
(509cons.sollgcb@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 Parts Listing Attachment 2 SCA Wage Determination Attachment 1 PWS Combo Document 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; quotes are being requested and a written solicitation will not be issued. Paper copies of the RFQ will not be made available. Solicitation # FA4625-17-Q-0105 is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Defense Acquisition Circular 20161222 and Air Force Acquisition Circular 2017-0127. This procurement is for Small Business set aside. The applicable North American Industry Classification System (NAICS) Code is 811211. The Small Business Size Standard is $7.5 million. Proposals can be e-mailed to the following e-mail address: 509cons.sollgcb@us.af.mil or by FAX to (660) 687-7083 to the attention of Jarrett Middleton. E-mailed quotes using file compression, such as.zip, will not be accepted. NOTE: Quotes must be received by 21 August 2017, 2:00 PM CST in order to be considered for award; late quotes will not be considered for award. Prospective offerors must be registered in the System for Award Management (SAM) (www.sam.gov) prior to award in order to be eligible for award. All responsible sources may submit a quote which, if received in a timely manner, will be considered by this agency. Evaluation for this acquisition shall be best value based on lowest priced that meets the minimum needs of the Government as stated in paragraphs 2.0 and 3.0 of the Performance Work Statement. Work Provided • The requirement is for uninterrupted services for inspection and maintenance of 24 units assigned to the 509th Bomb Wing. This service will provide technician, support for any and all inspections, maintenance and repairs of agreed solid state 400 hertz frequency converters and Piller unit assigned to the 509th Bomb Wing. • This includes providing technician, services, and dedicated support to accomplish the objectives. • Period of Performance will be for one year at Whiteman AFB, MO. • More information to be provided on the attached PWS. The following FAR Clauses and Provisions apply to this acquisition: In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at www.farsite.hill.af.mil: 52.204-7 System for Award Management Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and first-Tier Subcontract Awards 52.204-13 System for Award Management (SAM) Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-3 Offerors Representations and Certifications - Commercial Items, Alternate I (completed in SAM database under representations and certifications) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.207-4 Economic Purchase Quantity 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law 52.219-6 Notice of Total Small Business Set-Aside; 52.219-13 Notice of Set-Aside of Orders 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Handicapped Workers; 52.222-50 Combating Trafficking in Persons 52.222-62 Paid Sick Leave Under Executive Order 13706 52.222-41 Service Contract Labor Standard 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American Act - Supplies 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-18 Place of Manufacture 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payment to Small Business Subcontractors 52.237-1 Site Visit 52.247-34 F.O.B. Destination; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations in Provisions The following DFARS Clauses and Provisions apply to this acquisition: 252.203-7000 Requirements Relating to compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7010 Levies on Contract Payments 252.236-7006 Wide Area Workflow (WAWF) Instructions 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items The following AFFARS Clauses and Provisions apply to this acquisition. 5352.201-9101 Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS). 5352.242-9000 Contractor access to Air Force Installations Wide Area Work Flow Invoicing Instructions will be incorporated in the contract document at award. ATTACHMENTS: 1) Performance Work Statement Dated 12 July 2017 2) SCA Wage Determination Dated 25 July 2017 3) Parts List Dated 9 August 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4f119783db504a01b23930869b86cf6d)
 
Place of Performance
Address: 509 MXS, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN04625068-W 20170813/170811232027-4f119783db504a01b23930869b86cf6d (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.