Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
MODIFICATION

36 -- INKJET PRINTED WIRING BOARD - Exhibits and Attachments

Notice Date
11/13/2017
 
Notice Type
Modification/Amendment
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3QCCM7243A002
 
Point of Contact
Tonishia Bedford Smith, Phone: 4789265126
 
E-Mail Address
tonishia.bedford-smith@us.af.mil
(tonishia.bedford-smith@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Appendix C Mishap Plan Safety Plan Purchase Description Solicitation F3QCCM7243A002 is issued as a request for quotation (RFQ) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) NO. F3QCCM7243A002. This solicitation will be solicited under FULL AND OPEN Competition. This will be a firm-fixed price award. SMALL BUSINESS SIZE STANDARD (a) NAICS: 333249 (b) No. of Employees: 500 (c) Federal Supply Code: 3610 Description of item(s) to be acquired: The following supplies are to be acquired: CLIN 0001: Purchase Inkjet Printed Wiring Boards (PWB) Dual-Capable Legend Ink and Solder Mask Printer (Equipment and Included Warranty/Maintenance) IAW attached Purchase Description) dated 20 September 2017 CLIN 0002: CDRL A001 (Contractor's Standard Operating Procedures) & CDRL A002 (Accident/Incident Report) Delivery: 45 days ARO Period of Performance: Est. 1 Dec 2017 - 30 Nov 2018 CLIN 1001: Option 1 - Extended warranty with annual maintenance CLIN 1002: CDRL A001 CDRL A001 (Contractor's Standard Operating Procedures) & CDRL A002 (Accident/Incident Report) Period of Performance: Est. 1 Dec 2018 - 30 Nov 2019 CLIN 2001: Option 2 - Extended warranty with annual maintenance CLIN 2002: CDRL A001 (Contractor's Standard Operating Procedures) & CDRL A002 (Accident/Incident Report) Period of Performance: Est. 1 Dec 2019 - 30 Nov 2020 CLIN 3001: Option 3 - Extended warranty with annual maintenance CLIN 3002: CDRL A001 CDRL A001 (Contractor's Standard Operating Procedures) & CDRL A002 (Accident/Incident Report) Period of Performance: Est. 1 Dec 2020 - 30 Nov 2021 CLIN 4001: Option 4 - Extended warranty with annual maintenance CLIN 4002: CDRL A001 CDRL A001 (Contractor's Standard Operating Procedures) & CDRL A002 (Accident/Incident Report) Period of Performance: Est. 1 Dec 2021 - 30 Nov 2022 Quantity: 1 Unit of issue: Each Option for four (4) annual maintenance options: The Contractor shall provide four (4) sequential 12-month extended warranty with annual maintenance options to begin upon expiration of the basic warranty. Annual maintenance shall include replacement of tubes, filters, reservoir tanks, and non-wear-and-tear system components and major consumable parts (excluding print heads/arrays or ink), including labor, in accordance with the manufacturer's recommended maintenance schedule. Extended warranty shall also include unlimited telephone/email/online technical support and software upgrades/updates as they occur. Delivery: 45 days ARO Price(s) should be FOB Destination (ROBINS AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. 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. Quotations should be emailed to Tonishia Bedford-Smith (tonishia.bedford-smith@us.af.mil) no later than 27 November 2017, 3:00PM (EST). The anticipated award date is 1 December 2017. Please do not request award status prior to this date. 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. The following clauses are applicable to subject solicitation (current through 2005-95 dated 19 Jan 2017 and DFARS Change Notice 20161222): FAR 52.204-7 System for Award management FAR 52.204-13 System for Award Management Maintenance FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items: Fill -in: Price FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.247-34 FOB Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vmfara.htm http://farsite.hill.af.mil/vmdfara.htm http://farsite.hill.af.mil/vmaffara.htm FAR 52.252-5 Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the regulation (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is Clauses Incorporated by Reference: fill-in: www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.211-7003 Item Unique Identification and Valuation: 1st fill in: N/A DFARS 252.211-7008 Use of Government-Assigned Serial Numbers DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments AFFARS: 5352.201-9101 Ombudsman: Fill-In: Kimberly McDonald, Kimberly.McDonald@us.af.mil IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.acquisition.gov. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) X (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Exhibit/Attachment Table of Contents: DOCUMENT TYPE DESCRIPTION PAGES DATE EXHIBIT A CDRL A001 Contractor's Standard Operating Procedures 1 16 AUGUST 2017 EXHIBIT B CDRL A002 Accident/Incident Report 1 16 AUGUST 2017 ATTACHMENT 1 Appendix C 11 28 JUNE 2017 ATTACHMENT 2 PURCHASE DESCRIPTION 4 20 SEPTEMBER 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCM7243A002/listing.html)
 
Place of Performance
Address: 569 EMXS/MXDPA, 635 Tech Road, Bldg 639, Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN04738301-W 20171115/171113230925-1099c2bb4feeb56f2bc64de004a0e789 (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.