Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2017 FBO #5759
SOLICITATION NOTICE

52 -- T-38 Bolt Inspection Kits - Package #1 - Package #2

Notice Date
8/28/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#334419 — Other Electronic Component 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-Q-7240NP
 
Archive Date
10/4/2017
 
Point of Contact
David N. Padgett, Phone: 801-777-2807, Hideo J Mera, Phone: 801-777-4626
 
E-Mail Address
david.padgett@us.af.mil, hideo.mera.2@us.af.mil
(david.padgett@us.af.mil, hideo.mera.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Purchase Description Combined Synopsis/Solicitation Combined Synopsis/Solicitation » T-38 Bolt Inspection Kits« (i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii) Solicitation Number: FA8224-17-Q-7240NP This solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95. (iv) Contracting Officer's Business Size Selection Small Business Set Aside NAICS Code 334419 Small Business Size Standard 750 (v) CLIN Nomenclature UI QTY 0001 T-38 Bolt Inspection Kits KT 10 (vi) Description of item(s) to be acquired: The 809th Maintenance Support Squadron Nondestructive Inspection (NDI) Program Management Office (Science and Engineering Laboratory) at Hill AFB, Utah has a requirement to support the T-38 Aircraft Structural Integrity Program (ASIP) engineering to purchase ten (10) EA bolt hole eddy current (BHEC) inspection kits to perform BHEC NDI on the wing attach fitting bolt holes and fuselage during maintenance scheduled structural inspections. The holes requiring inspection are in the range of 0.875-inches to 1.250-inches in diameter and are made of aluminum. The kit will be used in conjunction with current Air Force eddy current inspection equipment, the Nortec 2000D, 2000D+, and Olympus 600D. The eddy current probes in the kit must be compatible with the Olympus Spitfire rotating scanner. (vii) Period of Performance and place: Delivery is to be completed within 120 days After Date of Contract (ADC). FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1700 MT, 19 September 2017, via electronic mail to david.padgett@us.af.mil a. Provide Cage code when submitting offer (ix) 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: (i) price; (ii) technically acceptable by providing total quantities for each kit and total kits specified and correct dimensions specified in the Purchase Description (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications.. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (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. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause. (xii) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) OTHER FAR CLAUSES AND PROVISIONS 52.204-7 System for Award Management (Jul 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) 52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) 52.222-3 Convict Labor (IAW FAR 22.202)(Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 3126) 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (May 2014) 52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(Feb 1999) 52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (Mar 2007) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-50 Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O.13513) 52.225-1 Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) 52.242-15 Stop-Work Order (Aug 1989) 52.243-1 Changes -- Fixed Price (Aug 1987) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7003 Agency Office of the Inspector General (Dec 2012) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2017-O0001)(Nov 2016) 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2017-O0001)(Nov 2016) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, System for Award Management (Feb 2014) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003 Item Unique Identification and Valuation (Mar 2016) 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Jun 2015) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) 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 interested 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Mr Kevin Flinders AFMC OL_H/PZC 801-777-6549, kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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 (End of clause) (xiii) Additional Contract Requirement or Terms and Conditions: N/A (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to David "Nick" Padgett by email at david.padgett@us.af.mil, NLT 1500 MT, 12 September 2017. Offers are due by 1700 MT, 19 September 2017, via electronic mail to david.padgett@us.af.mil. (xvi) For additional information regarding the solicitation contact Nick Padgett at david.padgett@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil. 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. This solicitation incorporates one or more clauses and/or provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm http://farsite.hill.af.mil/vfafmca.htm http://farsite.hill.af.mil/vfaffara.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-17-Q-7240NP/listing.html)
 
Place of Performance
Address: 809 MXSS, Attention: Terri Stauffer, 586-4498, 7278 4th St Bldg 100 Bay D, Hill AFB, Utah, 84056-5205, United States
Zip Code: 84056-5205
 
Record
SN04649064-W 20170830/170828231339-bdd1713adac2bddb699f7f3af3882a09 (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.