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

B -- SWOT & PESTILE ANALYSIS

Notice Date
3/14/2018
 
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, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3QCCLQ8054A002
 
Archive Date
3/31/2018
 
Point of Contact
Tangela Luan Plant, Phone: 4782221920
 
E-Mail Address
Tangela.Plant@us.af.mil
(Tangela.Plant@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION F3QCCL8054A002 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 is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) No. F3QCCL8054A002. This requirement is sole source to Mercer Engineering Res Ctr. SMALL BUSINESS SIZE STANDARD •(a) NAICS: 541990 •(b) No. of Employees: •(c) Dollars: $15,000,000 REQUIREMENT: CLIN 0001 AA: 1 LO technical study services (SWOT & PESTLE analysis) Quotes should reflect pricing for FOB Destination (Robins AFB, GA 31098) and include the cage code, DUNS and taxpayer ID number. The period of performance is 09 April 2018 - 20 Jul 2018. Quotations should be emailed to 2Lt Christine De Jesus (christine.de_jesus.1@us.af.mil) no later than Friday, 16 March 2018, 5:00 pm EST. The anticipated award date is 06 April 2018. Please do not request award status prior to this date. Manufacturer: Mercer Engineering Res Ctr. Justification for Sole Source Only: AS9100 Revision D, certification is required by WR-ALC OI 63-501, Quality Management Manual, and many public-private partnership agreements with aerospace manufacturers. To maintain the WRALC AS9100 Revision D certification, WR-ALC must fulfill the requirements of clause 4.1, the context of the organization. The requirement must be met no later than July 2018, that is, prior to our recertification audit (scheduled for August 2018) to allow our maintenance groups time to prepare the workforce and address any issues. Context of the organization is determined through standard business analyses. MERC engineers, computer scientists, mathematicians, logisticians, and scientists provide support defined by the Robins mission partners as essential engineering and research and development skills. MERC has 30+ years experience with Robins AFB Depot Maintenance. Their knowledge and familiarity with Robins AFB allows MERC to immediately step in and perform all the required analysis services. A few of their recent applicable contracts were FA8530-17-D-0001, FA8509-12-G-0001 and FA8501-17-C-0012. If another company was brought in then it would take a minimum of 6 months to get that company up to speed with our requirements and understanding of the complex. In September 2017, the particular requirement from AS9100 was newly added in Rev D and not known. This procurement must be awarded and completed prior to July 2018 to ensure that the August 2018 recertification audit does not result in adverse action against WR-ALC's certificate. Any adverse action could lead to a lapse in certification, which could jeopardize public-private partnership agreements. Many large companies like Boeing, Northrop Grumman and L3 require Robins AFB to be AS9100 certified. If this contract is not awarded before the audit it will be a major finding and Robins AFB will lose its accredidation. Robins AFB would then lose around $300M in workload from these major companies. 10 U.S.C. 2304(c)(2), as implemented by FAR 6.302-2, Unusual and Compelling Urgency, Mercer University is the only company capable of performing these services quickly (interviews, charts and analysis) before the August audit and losing a large financial workload The following clauses are applicable to subject solicitation. The full text of solicitation provision can be electronically accessed at www.farsite.hill.af.mil. FAR 52.203-3 Gratuities FAR 52.204-7 System for Award management ( https://www.sam.gov ) FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.212-1 Instructions to Offerors FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order s 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 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 252.203-7003 Agency Office of the Inspector General DFARS 252.203-7005 Representation 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 252.204-7009 Limitations on the Use and Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7011 Alternative Line Item Structure DFARS 252-204-7012 Safeguarding 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7013 Limitations on the Use or Disclosure DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.211-7008 include with 252.211-7003 and requires the contractor to mark major end items DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (WAWF is the method used by DoD for processing invoices/receiving reports.) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.239-7009 Representation of Use of Cloud Computing DFARS 252.239-7010, Cloud Computing Services 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) ____ (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. 5352.201-9101 OMBUDSMAN (APR 2014) (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: Ms. Kimberly McDonald, AFSC/PZC Division Chief kimberly.mcdonald@us.af.mil Phone: (478) 222-1088 Fax: (478) 926-0088 Address: 295 Byron St, Robins AFB, GA 31098-1611 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/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. (End of provision) Exhibit/Attachment Table of Contents: DOCUMENT TYPE DESCRIPTION PAGES DATE Exhibit A CDRLs A001 Work Management Plan 3 21-FEB-2018 Exhibit B CDRL A002 Technical Report Study Service 3 21-FEB-2018 Exhibit C CDRL A003:Contractor's Safety Plan 3 21-FEB-2018 Exhibit D CDRL A004 Accident/Incident Report 3 21- FEB-2018 Attachment 1 Performance Work Statement 5 22-FEB-2018 Attachment 2 Appendix C 9 02-FEB-2018
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCLQ8054A002/listing.html)
 
Record
SN04854684-W 20180316/180314231702-bf90d13939c0586d43448bf39a3cb4c2 (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.