Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
SOURCES SOUGHT

56 -- Pavilion Material Purchase - Statement of Work 4-19-2018

Notice Date
5/11/2018
 
Notice Type
Sources Sought
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA860118Q0113
 
Archive Date
6/5/2018
 
Point of Contact
Brock William Bowers, Phone: 9375224616
 
E-Mail Address
brock.bowers@us.af.mil
(brock.bowers@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 4-19-2018 Pavilion material and equipment purchase Sources Sought Solicitation # FA8601-18-Q-0113 The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet AFIT/EX requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, AFIT/EX is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this source sought. INSTRUCTIONS: •1. Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities. •2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/ capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). •3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. •4. Questions relative to this market survey should be addressed via email to Brock Bowers (AFLCMC/PZIBC), brock.bowers@us.af.mil. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION AFIT/EX has a requirement for material parts and pieces including design drawings and assembly instructions for a double vented pavilion type structure. REQUIREMENTS •1. See the attached statement of work dated 4-19-2018. CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: •· Company/Institute Name: •· Address: •· Point of Contact: •· CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: •· Size of business pursuant to North American Industry Classification System (NAICS) Code: 332312 - Fabricated Structural Metal Manufacturing, STD Size 500 employees. •· Based on the above NAICS Code, state whether your company is: •o Small Business (Yes / No) •o Small Disadvantaged Business (Yes / No) •o Woman Owned Small Business (Yes / No) •o Economically Disadvantaged Woman Owned Small Business (Yes / No) •o 8(a) Certified (Yes / No) •o HUBZone Certified (Yes / No) •o Veteran Owned Small Business (Yes / No) •o Service Disabled Veteran Small Business (Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. •· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). •· Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. •· Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice. <h4 style="TEXT-ALIGN: left; MARGIN-LEFT: 1in; TEXT-INDENT: -0.25in; mso-list: l4 level1 lfo8"> •o FAR 52.203-6, Alt I, Restrictions on Subcontractor Sales to the Government (Sep 2006) •o FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) •o FAR 52.209-7, Information Regarding Responsibility Matters (Jul 2013) •o FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) •o FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) •o FAR 52.215-20, Requirement for Certified Cost or Pricing Data and Other Than Certified Cost or Pricing Data (Oct 2010) FAR 52.229-3, Federal, State, and Local Taxes (Feb 2013) FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) •o FAR 52.233-2, Service of Protest (Sep 2006) •o FAR 52.242-13, Bankruptcy (Jul 1995) •o FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) •o FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) •o FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) •o FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) •o DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Oct 2015) •o DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Aug 2016) •o DFARS 252.232-7007, Limitation of Government's Obligation (APR 2014) •o AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) •o FAR 52.204-7, System for Award Management (Jul 2013 •o FAR 52.204-13, System for Award Management Maintenance (Jul 2013) FAR 52.209-7, Information Regarding Responsibility Matters (Jul 2013) •o FAR 52.247-34, F.o.b. Destination (Nov 1991) •o DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sept 2013) •o DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) •o DFARS 252.225-7048, Export-Controlled Items (Jun 2013) •o DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991) •o AFFARS 5352.201-9101, Ombudsman (Jun 2016) •o AFFARS 5352.223-9001, Health and Safety on Government Installations (Nov 2012) •o SPS STMNT NBR 12: LEVEL I ANTITERRORISM (AT) AWARENESS TRAINING ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Nov 2011)... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. ATTENTION all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capability Survey Questions •1. Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. •2. Describe briefly the capabilities of the nature of the services you provide. •3. Describe your company's past experience on previous with similar services. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). •4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? •5. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. If your company is interested, e-mail your responses to brock.bowers@us.af.mil. E-mail responses should be received no later than 15 days after the issuance of this notice. Direct and succinct responses are preferred. Marketing materials are considered an insufficient response. As an alternative to electronic submissions you may mail two original signed copies of your response, on or before the same date to: AFLCMC/PZIBC, Bldg. 1, Room 109 Attn: Brock Bowers 1940 Allbrook Dr. Wright-Patterson AFB OH 45433-5344 (937) 522-4616 RESPONSE FORMAT INSTRUCTIONS: Be advised that all correspondence sent via e-mail shall contain a subject line that reads "AFIT Pavilion". If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email. Responses are limited to ten (10) pages and may be submitted electronically to the following email address: brock.bowers@us.af.mil. RESPONSE DUE DATE: Responses are due no later than 9:00 am, EST. Monday, May 21 st 2018 and should be sent to brock.bowers@us.af.mil. Primary Point of Contact: Brock Bowers Contract Specialist brock.bowers@us.af.mil Phone: (937) 522-4616 Contracting Office Address: 1940 ALLBROOK DRIVE WRIGHT-PATTERSON AFB, Ohio 45433-5309 United States Place of Contract Performance: Wright Patterson AFB, Ohio Dayton, Ohio 45433 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA860118Q0113/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, Ohio, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04920028-W 20180513/180511230941-b3ba2b1aca050398a4016e62036b8eb4 (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.