Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOLICITATION NOTICE

B -- Benefield Anechoic Facility (BAF) Radio Frequency (RF) Absorber Configuration Chamber Study - Combined Synopsis/Solicitation

Notice Date
1/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AX7361B101
 
Archive Date
2/14/2018
 
Point of Contact
Jennifer A. Story, Phone: 6612778658
 
E-Mail Address
jennifer.story@us.af.mil
(jennifer.story@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 Statement of Requirements Attachment 1 DFARS 252.209-7999 Combined Synopsis/Solicitation Type: Combined Synopsis/Solicitation Title: Benefield Anechoic Facility (BAF) Radio Frequency (RF) Absorber Configuration Chamber Study Classification Code: B599 - Other Special Studies NAICS Code: 541990 - All Other Professional and Technical Services Response Date: Tuesday, 30 January 2018 @ 1:00 p.m. Pacific Standard Time (PST) (i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for this requirement. (ii) Solicitation Number: F1S0AX7361B101 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation, including cage code, duns number, and date offer expires. Contractors must fill out the attached provision (Attachment 1), DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, and return to the POC listed below when responding with a quote to this combined synopsis/solicitation. Contractors must be registered in the System for Award Management (https://www.sam.gov) prior to award. This solicitation is issued as a request for quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-96, DPN 20171208, and AFAC 2017-1003. (iv) THIS REQUIREMENT WILL BE: Full and Open Competition The North American Industry Classification System (NAICS) number for this acquisition is 541990 with a size standard of $15,000,000.00 dollars. (v) CLIN Nomenclature - CLIN 0001 RF Absorber Configuration Chamber Study (vi) Description: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement to provide a study to be conducted with the goal of determining the most suitable Radio frequency (RF) absorber configuration due to a pending upgrade to the absorber currently within the chamber. The Statement of Requirements dated 11 January 2018 (Attachment 2) defines the work and materials necessary to implement and maintain management control systems necessary to plan, organize, direct, and control all activities under this contract. (vii) Place of delivery and acceptance is FOB Destination, Edwards AFB, CA 93524. Any/all delivery charges must be included in the quote for FOB Destination. Period of Performance (POP) is 14 Feb 18 - 27 Jun 18. Ship Address to: 412 EWG 30 Hoglan Ave Edwards AFB, CA 93524 (viii) FAR 52.212-1 - Instructions to Offerors - Commercial Items applies to this acquisition. (ix) FAR 52.212-2 - Evaluation - Commercial Items applies to this acquisition. 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; (x) FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 2017) and FAR 52.212-3 - Alternate I Offeror Representations and Certifications - Commercial Items (Oct 2014) apply to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items, with its offer-or complete the provision located at http://www.sam.gov/portal. (xi) FAR 52.212-4 - Contract Terms and Conditions - Commercial Items applies to this acquisition. (xii) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following clauses cited in FAR52.212-5 apply to this acquisition: FAR 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) FAR 52.219-28 - Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor--Cooperation with Authorities and Remedies (Oct 2016) FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Sep 2016) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (Jul 2014) FAR 52.222-50 - Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text-Messaging While Driving (Aug 2011) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) (xiii) Additional Contract Requirement or Terms and Conditions: FAR 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-16 - Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18 - Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.221-41 - Service Contract Labor Standards (May 2014) FAR 52.222-42 - Statement of Equivalent Rates for Federal Hire (May 2014) FAR 52.222-55 - Minimum Wage Under Executive Order 13658 (Dec 2015) FAR 52.222-62 - Paid Sick Leave Under Executive Order 13706 (Jan 2017) FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) DFARS 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015 - Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.247-7023 - Transportation of Supplies by Sea (Apr 2014) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006 - Wide Area WorkFlow Payment Instructions (May 2013) DFARS 252.232-7010 - Levies on Contract Payments (Dec 2006) DFARS 252.244-7000 - Subcontracts for Commercial Items (Jun 2013) AF 5352.201-9101 OMBUDSMAN (Jun 2016) (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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman: Air Force Test Center Vice Commander 1 South Rosamond Blvd Edwards AFB CA 93524-3784 Phone: 661-277-2810 Fax: 661-275-7593 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman 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. (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Offers are due by Tuesday, 30 January 2018 at 1:00 PM PST. Offers must be sent to Jennifer Story at jennifer.story@us.af.mil and Michele D. Cameron at michele.cameron@us.af.mil via electronic mail. No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below, NLT 1:00 pm PST on Tuesday, 23 January 2018. (xvi) For additional information regarding this solicitation contact: Jennifer Story Email: jennifer.story@us.af.mil AND Michele Cameron Email: michele.cameron@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AX7361B101/listing.html)
 
Record
SN04787228-W 20180113/180111230833-093c85e8d7ec5083410d680306f00204 (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.