Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
MODIFICATION

41 -- Avionics Cooling Unit #1 (ACU)

Notice Date
3/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
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
F1S0AX8036B102
 
Archive Date
3/30/2018
 
Point of Contact
Denina L. Solomon, Phone: 6612779659, Falilou T. Diouck, Phone: 6612778454
 
E-Mail Address
denina.solomon@us.af.mil, falilou.diouck@us.af.mil
(denina.solomon@us.af.mil, falilou.diouck@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. The simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: F1S0AX8036B102 **Please provide the full solicitation number on all packages** 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 and DPN 20161228 and AFAC 2017-1003. (iv) THIS REQUIRMENT WILL BE: 100% Small Business Set-Aside. NAICS Code is 333415, size standard 1,250 employees. Simplified Acquisition Procedures will be followed. (v) CLIN Nomenclature CLIN 0001 - Base Year to include: Labor hrs, 1 Tech, @ 8hrs Materials/Equipment Travel CLIN 0002-Option Year 1 Labor hrs, 1 Tech, @ 8hrs Materials/Equipment Travel CLIN 0003-Option Year 2 Labor hrs, 1 Tech, @ 8hrs Materials/Equipment Travel CLIN 0004-Option Year 3 Labor hrs, 1 Tech, @ 8hrs Materials/Equipment Travel CLIN 0005-Option Year 4 Labor hrs, 1 Tech, @ 8hrs Materials/Equipment Travel CLIN 0006-Unanticipated Repairs (Unfunded Option)-Not To Exceed (NTE) (vi) Description of items to be acquired- Avionics Cooling Unit (ACU) #1 (See Attached Statement of Work (SOW)). The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform annual alignment preventive maintenance and service support for the Avionics Cooling Unit (ACU) #1 as defined in the Statement of Work (SOW), dated 23 January 2018. (Attachment 1) (vii) Estimated period of performance shall be: 01 June 2018 - 31 July 2022 Ship Address to: 30 Hoglan Avenue, Bldg 1030 Edwards AFB, CA 93524 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. a. Provide Cage code when submitting quote. Also provide the full solicitation number on all packages. b. Warranty (if applicable) (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) Technical capability of the item offered to meet the Government requirement; (ii) Price; (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 FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at FAR 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 OTHER FAR CLAUSES AND PROVISIONS CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent Rates for Federal Hire (May 2014) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.222-50 Alt I Combatting Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidential Agreements (Deviation 2017-O0001) (Nov 2016) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (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 Identification and Valuation (Mar 2016) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American and Balance of Payments Program (Dec 2016) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) 5352.201-9101 Ombudsman (Jun 2016) CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. Include the following provision in all solicitations, including solicitations for the acquisition of commercial items under FAR part 12, that will use funds made available by the Continuing Appropriations Act, 2017 (Pub. L. 114-223) or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113). Section 103 of the Continuing Appropriations Act, 2017 subjects the funding by that Act for FY 2017 to the same conditions set forth in section 743: PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2017-O0001)(NOV 2016) (a) In accordance with Continuing Appropriations Act, 2017 (Pub. L. 114-223), or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) (xiii) Additional Contract Requirement or Terms and Conditions: N/A (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to Denina Solomon at denina.solomon@us.af.mil, Falilou T. Diouck at falilou.diouck@us.af.mil, and Michele D. Cameron at michele.cameron@us.af.mil. Offers are due by 15 March 2018 at 12:00 PM Pacific Standard Time (PST) via electronic mail (xvi) For additional information regarding this solicitation contact: Primary Point of Contact.: Denina L. Solomon, Contract Specialist denina.solomon@us.af.mil Phone: 6612779659 Secondary Point of Contact: Falilou T. Diouck, Contracting Officer Falilou.diouck@us.af.mil Phone: 6612778454 Contracting Office Address: 5 S WOLFE AVE Edwards AFB, California 93524-1185 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AX8036B102/listing.html)
 
Place of Performance
Address: 5 So. Wolfe Ave, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04850933-W 20180314/180312231132-e4badd9ab8a3944f612e1ff74b0aea05 (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.