Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
MODIFICATION

66 -- High Voltage Resistive Divider

Notice Date
5/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/WNMRP AFMETCAL, 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
 
ZIP Code
43056-6116
 
Solicitation Number
FA2263-18-Q-0001
 
Archive Date
9/30/2018
 
Point of Contact
Kathryn A Vaccaro, Phone: 740-788-5078
 
E-Mail Address
kathryn.vaccaro@us.af.mil
(kathryn.vaccaro@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this second amendment is to address an additional comment/question received with regard to solicitation requirements: Comment/Question: "It seems that there is a mistake in linearity of ratio requirements. There is no voltage divider in the market that can have that tight of linearityof ratio. It seems that it should be 0.5% instead of 0.005%." Answer: PD Specification 4.5 is actually conservative in nature. There does exist a voltage divider that has a tighter linearity of ration than 0.005%. This purpose of this amendment is to address questions specific to solicitation documents, as received from interested parties. Question 1: Does the Quoted Price need to include the cost of NMI Calibration (and related transport)? Or, do we quote the Dividers as Item 0001, and the NMI Calibration as Item 0002? Answer 1: The proposal price of the High Voltage Resistive Dividers needs to inlcude the cost of NMI Calibration and any related transport. Costs shall not be broken out as separate line items. Question 2: On Schedule B of the RFQ, Item 0002 specifies: A001 - Technical Manual Contract Requirements -One (1) copy each due no later than 180 days after contract award concurrent with delivery of each production unit. Answer 2: As the delivery date is specifically called out in multiple places, and, a single fiscal year's funding is being utilized, '180 days' is a firm requirement. Response date for proposals remains 6 June 2018, 2:00 PM EDT. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) Department of Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force FAR site, http://farsite.hill.af.mil. This announcement constitutes the only solicitation for which a Request for Quotation (RFQ) will be issued. A separate RFQ will not be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any). AFMETCAL at Heath OH intends to award a firm-fixed-price contract under Simplified Acquisition Procedures (SAP) in accordance with FAR Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, for the purchase of a High Voltage Resistive Divider with Commercial-Off-The-Shelf (COTS) manual and calibration certificate. The RFQ number is FA2263-18-Q-0001 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334515 and the business size standard is 750 employees. This RFQ is being solicited as unrestricted. Offerors are requested to provide pricing for 2 units. It is anticipated that 2 units will be purchased in FY18. Products offered shall be commercial items or commercially available off-the shelf (COTS) items meeting the definitions in FAR Part 2. Items proposed shall be new units. Reconditioned, remanufactured, or used items are not acceptable and shall not be proposed. The units must meet the requirements of Purchase Description 18E-187A-DC Revision 3, dated 4 April 2018, with a standard commercial warranty and data in accordance with DD Form 1423. The Purchase Description and requirements for data delivery identified in the contract data requirements list are available for download at this site. Please review ALL documents carefully. Delivery of two (2) production units shall be due 180 days after receipt of award notification and may arrive at destination no earlier than 7 days before the required delivery date. Accelerated deliveries are not permitted unless authorized by the Contracting Officer. Both units will be shipped to AFMETCAL in Heath Ohio. Delivery shall be FOB destination. Units shall undergo acceptance testing which will be completed within 45 days after receipt of the units at AFMETCAL in Heath Ohio. Invoices may not be submitted in Wide Area WorkFlow (WAWF) through Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) until the units have been accepted. Offerors will be required to provide pricing for a total of two (2) units. Offerors shall complete Schedule B, posted at this site, for proposed pricing. The current versions of the following provisions and clauses, both by reference or full text, apply to this acquisition and are incorporated herein: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation; FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-22 Alternative Line Item Proposal; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 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: 1. Technical; 2. Price. Award will be based on technical acceptability (acceptable or not acceptable) as defined in Table 1, and then lowest total evaluated price. Technical acceptability is more important than price. Factor 1: Technical The Government's technical evaluation team will evaluate the technical proposals using an Acceptable/Unacceptable Technical Rating. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this request for quotation. Any subfactor evaluated as "Unacceptable" will render the entire proposal unawardable. Technical Tradeoffs will not be made and no additional credit will be given for exceeding acceptability. All offeror's shall provide with their proposal: descriptive literature, brochures, and a technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed unit. The technical proposal response MUST include a written response to EACH paragraph of the purchase description, and provide sufficient supporting technical literature. Solely restating the paragraphs of the purchase description or limiting the response to a simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific purchase description paragraph, you may reference that page and paragraph of the technical literature in your technical response in lieu of restating it. Table 1 Technical Acceptable/Unacceptable Rating Method Adjectival Rating Description Acceptable Proposal meets the requirements of the purchase description. Unacceptable Proposal does not meet the requirements of the purchase description. Factor 2: Price The total evaluated price will be calculated as follows: (1) On the basic year, the evaluated price will be the unit price proposed multiplied by the specified unit quantity (e.g. 2 EACH). (3) The sum of all CLINs will represent the total evaluated price. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I. Each offeror shall include a completed copy of this provision. Offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) Website accessed through http://www.sam.gov/portal. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION); FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-28 Post-Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Equal Opportunity for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34 F.o.b. - Destination; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7005 Oral Attestation of Security Responsibilities; DFARS 252.204-7006 Billing Instructions: DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEVIATION); DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION); DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.211-7003 Item Unique Identification and Valuation; DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations; DFARS 252.223-7008 Prohibition of Hexavalent Chromium; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.225-7035 Buy American - Free Trade Agreements - Balance of Payments Program Certificate, with Alternate IV; DFARS 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program, with Alternate IV; DFARS 252.225-7048 Export-Controlled Items; DFARS 252.227-7015 Technical Data - Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.244-7000 Subcontracts for Commercial Items; DFARS 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System; DFARS 252.246-7008 Sources of Electronic Parts; DFARS 252.247-7023 Transportation of Supplies by Sea; AFFARS 5352.201-9101 Ombudsman - When appropriate, potential offerors may contact Ombudsman Lt. Col. Peter A. Sandness, AFLCMC/AQ at Phone 312-785-5512 or Email at peter.sandness@us.af.mil. It is the offeror's responsibility to be familiar with the applicable provisions and clauses. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). Offerors need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items; and include a completed FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. The Government's preferred method is Online Representations and Certifications. The representations and certifications in FAR 52.212-3 fill-in MUST be completed and a copy returned with offer. This can be accomplished by registering in the System for Award Management (SAM) at https://www.sam.gov and completing the online Representations and Certifications. IMPORTANT NOTICE TO OFFERORS: All prospective awardees are required to register at SAM and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) through Wide Area WorkFlow (WAWF) e-Business Suite is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at https://wawf.eb.mil. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The government reserves the right to limit the number of offers reviewed for award, for efficiency purposes. The offer MUST: (1) be valid for a period of 90 days, (2) be for the item described in the purchase description, (3) be for a new unit (not reconditioned, remanufactured, or used unit), (4) be FOB Destination, (5) include a delivery schedule, (6) include copy of commercial price list, (7) include name of and be signed by an authorized company representative along with telephone number, facsimile number, and email address, (8) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (9) include a technical proposal that includes a written response to each paragraph of the PD, (10) include copy of offeror's standard commercial warranty, (11) include completed Schedule B, and (12) completed FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors shall ensure information in SAM is current. The Government reserves the right to incorporate the successful offeror's technical proposal into any contract resulting from this solicitation. This will be a DO-A70 rated order. Offers must be received by 6 June 2018 at 2:00 PM EDT to: Kathryn Vaccaro, AFMETCAL, 813 Irving-Wick Dr W, The Horton Bldg, Heath OH 43056-1199. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by overnight mail. Electronic submissions via email are not permissible due to file size limits. Offerors can submit electronic files to AMRDEC SAFE, https://safe.amrdec.army.mil/safe/Welcome.aspx. Offerors can submit under a guest account and upon email verification, the Contract Specialist can then download the files from the site. Please note that the uploaded files must be timestamped by the offer due date and time. Offerors bare the risk for receipt of submitted offers being untimely. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. All responsible sources may submit an offer, which if received timely shall be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FA2263-18-Q-0001/listing.html)
 
Record
SN04926750-W 20180519/180517231116-6120f4c69b94d44679519036ba26aec1 (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.