Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOLICITATION NOTICE

81 -- Specialized Shipping and Storage Containers - Attachments

Notice Date
7/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container 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
FA8601-18-Q-0152
 
Archive Date
8/8/2018
 
Point of Contact
Kimberly J. Conley, Phone: 9375224575
 
E-Mail Address
kimberly.conley.3@us.af.mil
(kimberly.conley.3@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Attachment 8 GFP Attachment 7 Provisions and Clauses Attachment 6 FAR 52.209-11 Attachment 5 FAR 52.222-22/25 Attachment 4 FAR 52.212-3 Attachment 3 Drawing Instructions Attachment 2 Procurement Specification Sheet Attachment 1 Statement of Work COMBINED SOLICITATION/SYNOPSIS This solicitation/synopsitation is expected to result in the award of a firm-fixed-price contract for the aluminum shipping and storage containers as described under the requirements section of this solicitation and accompanying requirements attachment. This solicitation is 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the solicitation. 2. That receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. That submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. Submittal of proposals in response to this solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offertory responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award at all depending upon the quality of proposals received and the price fair and reasonableness of proposals received. The solicitation number for this requirement is FA8601-18-Q-0152 and is hereby issued as a Request for Proposals (RFP) using FAR Subpart 12, Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures. This RFP is a HUBZone set-aside. NAICS Code: 332439 Other Metal Container Manufacturing Business Size Standard: 750 Employees Acceptable means of Submission: All submissions must be submitted electronically to the following email address kimberly.conley.3@us.af.mil by Moday, 6 August 2018 by 1:00 pm EST. Any correspondence sent via e-mail must contain the subject line "FA8601-18-Q-0152, Specialized Shipping and Storage Containers." The proposal may be sent via multiple emails as long as each email is numbered. Each email should not exceed 5 megabytes including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-99, effective 16 July 2018; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20180629, effective 29 June 2018; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2018-0525, effective 25 May 2018. Delivery Schedule: First Article Test and Inspection (pre-production)- no later than 12 weeks after contract award Production/Final delivery- within 15 weeks after written authorization to begin production Delivery Destination: AFMC/EZPAA Attn: Robbin Miller 5215 Thurlow Street Suite 5, Building 70, Area A Wright-Patterson AFB, OH 45433 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirement: The Government, specifically AFLCMC/ EZPAA located at Wright-Patterson AFB, OH has the requirement for specialized aluminum shipping and storage containers. The following is the list of requirements. See Statement of Work (Attachment 1) for full details: •1. The contractor is to manufacture the CNU-459/E and CNU/470/E shipping and storage containers in accordance with the attached specs and drawings. •2. The contractor shall prepare for and host the first article testing and inspection meeting. One complete set of piece parts and one complete container of each design shall be required for first article testing and inspection to validate the adequacy of the container manufacturing processes and procedures. •3. Acceptance of GFP: A Ku-Band and X-Band Antenna will be sent to the contractors' facility for a FA fit check. The contractor is responsible for ensuring the items are not lost or damaged during this time frame. The contractor will ship the antennas in the containers they were delivered in to the specified address after acceptance of first article testing units. Government Furnished Property (GFP) in the form of one (1) Ku-Band Antenna and one (1) X-Band Antenna, both manufactured by DRS Sustainment Systems, will be provided for the first article inspection fit check. Please see Attachment 8 for details. The model numbers of these antenna are TBD. The contractor is responsible for the cost of storing the antenna after receiving it from the Government as well as for shipping the antennas to AFLCMC/EZPAA in the containers they were delivered in as specified in the Statement of Work. As the contractor will be required to accept the GFP in order to perform the first article testing, the presence of GFP will not change the evaluation procedures and all vendors will be assumed to be using the GFP. The property will be available for use from the time it arrives after contract award through the successful completion of first article testing, after which it will be returned to the Government. In order to prove they are able to accept GFP, each offeror must submit a description of their property management system, plan, and any customary commercial practices, voluntary consensus standards, or industry-leading practices and standards to be used by the offeror in managing Government property. 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. Technical Capability and Price will be used to evaluate all offers. The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Timeframe that the quote is valid 5. Individual item price 6. Total price including shipping (Net 30), No Progress Payments 7. Shipping (FOB Destination) 8. Delivery Schedule 9. Completed copy of FAR 52.212-3 Alternate I (attached) 10. Completed copy of FAR 52.222-22 and FAR 52.222-25 (attached) 11. Completed copy of FAR 52.209-11 (attached) 12. GFP proprety management description as described above Important Notice to Contractors: Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (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. 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. Wide area Workflow- Receipt and Acceptance (WAWF-RA) 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 http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: •(a) North American Industry Classification System (NAICS) code and small business size standard are as specified above •(b) Submission of offers is as prescribed in the text of this synopsitation (c) Offer Acceptance and Validity Dates : This paragraph of the provision regarding the period during which the offeror agrees to hold the prices in its offer firm is amended to read 90 days. (e) Multiple Offers is hereby deleted from this solicitation and that paragraph is marked RESERVED Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide for the Emission Testing Facility Upgrade described above under "Requirements". Price Proposal: Price List: The offeror shall provide a price list that includes 7 CNU-459/E containers and 7 CNU-470/E containers. The price list must specify an effective date, which shall be the date that proposals are due and have an expiration date no earlier than one year from the date that proposals are due. Prices should be proposed as F.O.B. destination per the definition in FAR 2.101-Definitions, which can be accessed at http://farsite.hill.af.mil/vffara.htm. Representations and Certifications: Offerors shall submit the following representations and certifications, which are incorporated into the draft FFP contract with its price proposal. FAR 52.212-3-Offeror Representations and Certifications -Commercial Items (April 2016) with its Alternate I (October 2014) If the offeror has not completed the representations and certifications listed above online in the System for Award Management ( http://www.sam.gov ), the offeror shall complete these representations and certifications ( as prescribed therein ) and submit them with the offeror's price proposal. EVALUATION FACTORS The Government will use Simplified Acquisition Procedures permitted by FAR 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items to evaluate proposals submitted in response to the solicitation. The factors that shall be used to evaluate proposals are Technical and Price, as expounded below. FACTOR 1 - Technical: Pursuant to evaluation of all requirements, the Technical factor will receive and overall rating of either "Acceptable," or "Unacceptable" using the rating and descriptions in the table below: Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirement of the solicitation. In determining whether a technical proposal is Acceptable or Unacceptable, the Government will consider the extent to which the technical proposal demonstrates the offeror's ability to Manufacture 7 CNU-459/E containers and 7 CNU-470/E containers in accordance with the specifications outlined in the Statement of Work and the Prime Item Product Specification Sheet and to meet all of the sub-factors listed below: •· Previous experience- The contractor shall provide a list of orders completed within the last three years for similar manufactured containers •a. The list shall document a minimum of three (3) examples of orders completed of a similar size, quantity and performance timeline as required by the government for this order. •b. The list shall include company/organization, POC name(s)/phone number(s) and email addresses. •c. The contractor shall provide a list of key personnel who shall be involved in the manufacturing of the containers, including applicable qualifications and experience with the materials specified on the drawings, to include the welding of the various materials requirement. •· Production- •a. The contractor shall explain in detail their interpretation/understanding of the requirements by providing a brief explanation on how they shall meet/accomplish each paragraph in the Prime Item Specification SP8864811/61. •b. The contractor shall provide a list of their current equipment which shall be used to manufacture, test and inspect the required containers as required in the Prime Item Specification SP8864811/61. •c. The contractor shall provide a layout or a detailed description of their facility to include total square footage and square footage of storage area for finished containers as specified in paragraph 5.1 of the Prime Item Specification SP8864811/61. •d. The contractor shall provide a production schedule and list of suppliers who can provide all materials used in the fabrication of the containers and shall explain how delivery of the supplies fits into the schedule. •· Quality- The contractor shall provide their quality control plan and system (e.g. SAE-AS9100 or ISO 900) for ensuring that the containers shall meet all specifications contained in Prime Item Specification SP8864811/61 and Drawing Packages DL8864811 and DL8864861. FACTOR 2 Price: Price proposals will be evaluated to determine if unit prices are fair and reasonable using the techniques described in FAR 13.106-3(a). Evaluation Process: •(a) The Government will initiate evaluation of all evaluation factors on all proposals. The Government will consider, throughout the evaluation, the "correction potential" of a proposal including whether any proposal deficiency can be rectified and whether any uncertainty can be resolved. The judgment of such "correction potential" is within the sole discretion of the Government. •(b) If pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, and in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable; the Contracting Officer (CO) may open discussions and may continue discussions as long as, in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable. •(c) For the purpose of conducting discussions, if the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, the entire proposal will be rated "Unacceptable." At the conclusion of discussions, if the Technical factor is rated "Unacceptable" or if any deficiency or uncertainty relative to the proposal has not been resolved, evaluation of that proposal will be considered final. The entire proposal will be rated "Unacceptable" and no further consideration will be given to that proposal for award. •(d) For the purpose of award without discussions, if pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, notwithstanding that any deficiency may be rectifiable or any uncertainty may be resolvable, the entire proposal will be rated "Unacceptable," the initial evaluation will be the final evaluation, and no further consideration will be given to that proposal for award. Unless the Government has received a prior written notice that an offeror has withdrawn its proposal, the Government may accept the proposal in whole or in part before the proposal's expiration date. Attachments: 1. Statement of Work 2. Prime Item Product Specification Sheet 3. Instructions for Receiving Drawings 4. FAR 52.212-3(b) Alt I 5. FAR 52.222-22 and FAR 52.222-25 6. FAR 52.209-11 7. Provisions and Clauses 8. Government Furnished Property Please direct all questions to Kimberly Conley, kimberly.conley.3@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-18-Q-0152/listing.html)
 
Place of Performance
Address: AFLCMC/EZPAA, 5215 Thurlow St, Suite 5, Bldg 70, Area A, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN05001124-W 20180722/180720230916-2c9991e6f1ba54a9033f75f0a2b090e9 (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.