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
SOLICITATION NOTICE

93 -- Largest Mirrors for Dome - Purchase Specification

Notice Date
5/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
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-R-6195
 
Archive Date
6/15/2018
 
Point of Contact
Von L. Vaughan, Phone: 801-777-6316, David L Lovett, Phone: 801-586-2580
 
E-Mail Address
von.vaughan@us.af.mil, david.lovett@us.af.mil
(von.vaughan@us.af.mil, david.lovett@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Purchase Specification for mirrors FA8224-18-R-6195 Largest Mirrors for Dome This is a commercial Single Source solicitation notice combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, and FAR Part 13 Simplified Acquisition Procedures (SAP)as supplemented with additional information included in this notice under the authority of FAR 13.106-1(b)(1)(i). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. •· FA8224-18-R-6195 is issued as request for quotation (RFQ). •· This is a notice for a sole source quote in accordance with FAR 6.302-1, under North American Classification System (NAICS) code 333314, size standard 500 employees. The Government intends to solicit and negotiate a Firm Fixed Price (FFP) purchase order for: Item Number Part Number Description EAT TTTTTTY 0001 Mirror 63.364 inch W x 43 inch H, 24.329 inch Top x 47.222 diag-1/4" front surface mirror with black backing on back 12 0002 Mirror 54.749 inch W x 40 inch H, 16.361 inch Top x 44.367 diag - 1/4" front surface mirror with black backing on back 7 OEM: Technology Providers, Inc. (TPI) Delivery: FA8716 - 519 SMXS/MXDEC Attn: Thomas Ross (801) 586-7144 6137 Wardleigh Rd BLDG 1515 RM 131 Hill AFB, UT 84056-5203 See the attached delivery schedule FOB: Destination - Deliverables will be inspected and tested upon arrival Description of requirements: See the attached Purchase Specification This is not a request for competitive quotes, all responsible sources may submit a capability statement and quotation. Offers from firms will only be considered when it can be determined prior to award that the items being offered will meet the Governments requirement. Award will not be delayed pending technical acceptability determination. INSPECTION AND ACCEPTANCE CRITERIA Deliveries will be 30 Days ARO and will be inspected upon arrival by the Government. Ship to: Thomas Ross, (801) 586-7144, thomas.ross.2@us.af.mil REQUIRED SUBMISSIONS All vendors shall submit the following: 1) A Firm Fixed Price (FFP) quotation including all required items (all or nothing) 2) Cage Code, DUNS Number, delivery timeframe after receipt of order, 3) This is a Combined Synopsis/Solicitation for Large Mirrors for Dome as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) PROVISIONS AND CLAUSES This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (2005-95). The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial 52.212-3 Offeror Representations and Certifications - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.219-28 Post-Award Small Business Program Representation 52.222-19 Child Labor - - Cooperation with Authorities and Remedies 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.242-5 Payments to Small Business Subcontractors 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 252.204-7003 Control Of Government Personnel Work Product 252.204-7006 Billing Instructions 252.204-7011 Alternative Line Item Structure 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048 Export-Controlled Items 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002 Reporting Loss of Government Property 242.245-7003 Contractor Property Management System Administration 252.245-7004 Reporting, Reutilization, and Disposal In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 (deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs; 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated By Reference 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions All current and/or future information about this acquisition, i.e. amendments, purchase specification, Questions and Answers (Q&A), etc., will be distributed through FBO, therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. Any questions concerning this requirement must be submitted in writing via email at least 5 working days prior to the closing date. Questions need to be emailed too directly to von.vaughan@us.af.mil with a CC copy to David Lovett, david.lovett@us.af.mil in accordance with FAR Clause 52.212-3, Offer Representations and Certifications - Commercial Items. It is mandatory that all offers wishing to be considered for award must be currently registered, obtain a DUNS number, have an "active" Cage Code, and maintain Online Representations and Certifications Application with System for Award Management (SAM) at www.sam.gov. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror. Proposal shall be submitted by 1400 PM MST on 31 May 2018 to von.vaughan@us.af.mil with a CC copy to David Lovett, david.lovett@us.af.mil. The offeror shall ensure the Contracting point of contact acknowledges receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED. All current and/or future information about this acquisition, i.e., amendments, purchase specification, and Q &A's will be distributed through FBO. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-18-R-6195/listing.html)
 
Record
SN04926947-W 20180519/180517231206-96ec5067d3c4285f4b43f935485cbacb (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.