Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOLICITATION NOTICE

16 -- Phosphate Flouride Coating - Solicitation Package

Notice Date
3/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332812 — Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
 
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
FA8224-18-Q-COAT
 
Archive Date
5/2/2018
 
Point of Contact
David N. Padgett, Phone: 8017772807, 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
Contract Data Requirements List 5 Year Price List Performance Work Statement Combined Synopsis/Solicitation Combined Synopsis/Solicitation » Phosphate Flouride Coating« (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: FA8224-18-Q-COAT 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 2005-96. (iv) Contracting Officer's Business Size Selection Small Business Set Aside NAICS Code 332812 Small Business Size Standard 500 (v) CLIN Nomenclature 0001 DAA3222A220-001 B2M Upper Drag Brace (CSI) 0002 DAA3222A221-001 B2M Lower Drag Brace 0003 DAA3221A227-001 B2 Nose Mount 0004 DAA3221A140-001 NLG Torsion Link 0005 DAA3222A136-015 MLG Strike 0006 DAA3222A136-013 Fitting Assy-Truck Tilt Actuator MLG 0007 Data - Not Separately Priced (vi) Description of item(s) to be acquired: This contract shall provide required personnel, equipment, parts, tools, materials, supervision and services necessary to apply phosphate fluoride coating followed by priming per associated specifications to Titanium parts listed above. The contractor shall receive parts, provide secure storage as necessary, apply finishes per specifications and work instructions, and repack in original packaging. (vii) Period of Performance and place: The contract will be a 5-year Indefinite Delivery/Indefinite Quantity contract. Task orders will be on an as needed basis. Work performed will be located at the contractor's facility. Stripping and priming parts will be performed and assets returned for review/approval to Hill Air Force Base (AFB) within 30 calendar days after each task order has been issued. FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MST, 17 April 2018, via electronic mail to david.padgett@us.af.mil a. Provide cage code when submitting offer b. Provide pricing for the 5 year period. Price list attached. Estimated quantities are identified in Appendix B of the PWS (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 with the ability to comply with the PWS. (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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-22 Alternative Line Item Proposal 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.216-19 Order Limitations 52.216-22 Indefinite Quantity 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-17 Nondisplacement of Qualified Workers 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.245-1 Government Property 52.245-9 Use and Charges 52.247-34 F.o.b. Destination 52.249-1 Termination for Convenience of the Government 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7003 Agency Office of the Inspector General 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2017-O0001) 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2017-O0001) 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 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7007 Reporting of Government-Furnished Property 252.216-7006 Ordering 252.217-7027 Contract Definitization 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002 Reporting Loss of Government Property 252.245-7003 Contractor Property Management System Administration 252.245-7004 Reporting, Reutilization, and Disposal 252.246-7003 Notification of Potential Safety Issues 252.232-7006 Wide Area WorkFlow Payment Instructions 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 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, 10 April 2018. Offers are due by 1500 MT, 17 April 2018, 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 address: http://farsite.hill.af.mil Attachments: -Performance Work Statement -Price List -Contract Data Requirements List
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-18-Q-COAT/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04854308-W 20180316/180314231358-2f97a0a6e5008ebd432f9e886c0282db (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.