Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOLICITATION NOTICE

44 -- Heat Treat Furnace

Notice Date
12/5/2019 3:35:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
FA4801 49 CONS LGCP HOLLOMAN AFB NM 88330 USA
 
ZIP Code
88330
 
Solicitation Number
FA4801-20-Q-1002
 
Response Due
12/10/2019 11:00:00 AM
 
Archive Date
12/25/2019
 
Point of Contact
Caleb L. Wynia, Phone: 5755720662, Robert Widdoss, Phone: 5755723575
 
E-Mail Address
caleb.wynia.1@us.af.mil, robert.widdoss.1@us.af.mil
(caleb.wynia.1@us.af.mil, robert.widdoss.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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.The solicitation FA4801-20-Q-1002 is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement will be a total Small Business Set-Aside. The anticipated award will be a firm-fixed-price contract. The government will award a contract resulting from the 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:Lowest price,Technically acceptable according to the specifications in the attached document, “SOW for Medium Furnace Upgrade w transformer” dated 24 September 2019.The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular 2020-01, 11 November 2019. Provisions and clauses may be obtained via internet at https://www.acquisition.gov/. The North American Industry Classification System (NAICS) code is 333994. The small business size standard for this code is 500 Employees.CLIN 0001: SENIOR TECHNICIAN FOR INSTALLATION ON ACUTHERM MODEL BHA-364848-982 HEAT TREAT FURNACEQTY: 1 EachCLIN 0002: FURNACE CONTROL SYSTEM UPDATED IN CONFORMANCE WITH SOWQTY: 1 EachCLIN 0003: TRANSFORMER GREATER THAN OR EQUAL TO 80 KVA IN CONFORMANCE WITH SOWQTY: 1 EachCLIN 0004: ADDITIONAL ELECTRICAL COMPONENTS REQUIRED TO ASSEMBLE AND INTEGRATE CONTROL PANEL IN CONFORMANCE WITH SOWQTY: 1 EachCLIN 0005: FREIGHT IN CONFORMANCE WITH SOWQTY: 1 EachCLIN 0006: TRAVEL IN CONFORMANCE WITH SOWQTY: 1 Each*All requirements must be in accordance with the attached documents, “SOW for Medium Furnace Upgrade w transformer” dated 24 September 2019 and "Site Visit_Q&A_Pictures" dated 5 December 2019.***A site visit is scheduled for 1330h (1:30 p.m.) MT 3 December 2019,Report to the Holloman AFB Visitor Center no later than 1310 to check in.Due to the location, RSVP is required to attend the Site Visit. Contact 1st Lt Caleb L Wynia at caleb.wynia.1@us.af.mil to RSVP no later than 1200h (12:00pm) MT 2 December 2019.PROVISIONS/CLAUSES: *Signifies a Solicitation Provision.FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)*This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/.FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)* This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/.The following FAR provisions and clauses are applicable to this solicitation:FAR 52.204-7 - System for Award Management (Oct 2018)*FAR 52.204-13 - System for Award Management Maintenance (Oct 2018)FAR 52.204-16 - Commercial and Government Entity Code Reporting (Jul 2016)*FAR 52.204-17 - Ownership or Control of Offeror (Jul 2016)FAR 52.204-18 - Commercial and Government Entity Code Maintenance (Jul 2016)FAR 52.204-19 - Incorporation by Reference of Representations and Certifications (Dec 2014)FAR 52.204-20 - Predecessor of Offeror (July 2016)*FAR 52.204-22 - Alternative Line Item Proposal (Jan 2017)FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015)FAR 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)FAR 52.211-6 - Brand Name or Equal (Aug 1999)*FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)*FAR 52.212-2 - Evaluation of Offerors - Commercial Items (OCT 2014)FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018)*FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Oct 2018)FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Oct 2019) FAR 52.219-28 - Post-Award Small Business Program Rerepresentation (Jul 2013)FAR 52.222-3 - Convict Labor (June 2003)FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019)FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)FAR 52.223-22 - Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation (Dec 2016)FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (Aug 2018)FAR 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013)FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)FAR 52.233-1 - Disputes (May 2014)FAR 52.233-3 - Protest After Award (Aug 1996)FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)FAR 52.249-1 - Termination for Convenience of the Government (Fixed-Price) (Short Form)(Apr 1984)The following DFARS provisions and clauses are applicable to this solicitation:DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Sep 2011)DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights (Sep 2013)DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials (Jun 2019)*DFARS 252.204-7003 - Control Of Government Personnel Work Product (Apr 1992)DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors (Dec 2017)DFARS 252.225-7048 - Export-Controlled Items (Jun 2013)DFARS 252.232-7003 - Electronic Submission of Payment Request and Receiving Reports (Dec 2018)DFARS 252.232.7010 - Levies on Contract Payments (Dec 2006)DFARS 252.244-7000 - Subcontracts for Commercial Items (Jun 2013)FAR 52.212-1, Instruction to Offerors Commercial Items (Oct 2018) Addendum:This document and any applicable attachments must be returned to the following Government Points of Contact by email:Contract Administrator:Caleb L. Wynia, 1st Lt, USAFTelephone: (575) 572-0662Email: caleb.wynia.1@us.af.milContracting officer: Robert J. WiddossTelephone: (575) 572-3575Email: robert.widdoss.1@us.af.mil All quotes must be marked with RFQ number and title as well as the following information; Quotes submitted shall contain the following information: Solicitation Number; Time Specified for Receipt of Offers; Expiration of Quotation; Name; Address; Telephone number of offeror; Terms of available warranties; Price, including delivery cost included unless specified otherwise; Payment terms, Any discount terms, volume discounts; F.O.B. destination, Expected delivery date, CAGE code, DUNS number, and acknowledgement of all solicitation amendments; Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration; Delivery cost must be included in the total price unless stated otherwise in the CLIN structure; All price quotations must be firm and state any expiration dates if applicable; RFQ submission must be in accordance with the solicitation; Offerors must be registered in the System for Award Management (SAM.gov) to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration); CAGE Code/ DUNS information can be found by contacting the Small Business Administration at www.sba.gov or System for Award Management at www.sam.gov. Delivery time from receipt of our purchase order to receipt of your shipment must be provided; this time frame will be a condition of any purchase order made; Warranty information must be provided; Questions concerning this notice should be submitted to both points of contact as indicated in this announcement. If possible please state that the quotation will expire 15 January 2020 or later. In accordance with FAR 52.237-1, Site Visit (Apr 1984) a site visit is scheduled for 1330h (1:30 p.m.) MT 3 December 2019. Report to the Holloman AFB Visitor Center no later than 1310 to check in. Due to the location, RSVP is required to attend the Site Visit. Contact 1st Lt Caleb L Wynia at caleb.wynia.1@us.af.mil to RSVP no later than 1200h (12:00pm) MT 2 December 2019.Questions in regards to this solicitation are due no later than 1500 (2:00 p.m.) MT by 3 December 2019.Response Time- Request for Quotation will be accepted at the 49th Contracting Squadron by email to all point of contacts listed above not later than 1200 (12:00 p.m.) MT on 10 December 2019.FAR 52.204-23-Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.As prescribed in 4.2004, insert the following clause:Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)(a) Definitions. As used in this clause--Covered article means any hardware, software, or service that--(1) Is developed or provided by a covered entity;(2) Includes any hardware, software, or service developed or provided in whole or in part by a covered entity; or(3) Contains components using any hardware or software developedin whole or in part by a covered entity.Covered entity means--(1) Kaspersky Lab;(2) Any successor entity to Kaspersky Lab;(3) Any entity that controls, is controlled by, or is under common control with Kaspersky Lab; or(4) Any entity of which Kaspersky Lab has a majority ownership.(b) Prohibition. Section 1634 of Division A of the National Defense Authorization Act for Fiscal Year 2018 (Pub. L. 115-91) prohibits Government use of any covered article. The Contractor is prohibited from--(1) Providing any covered article that the Government will useon or after October 1, 2018; and(2) Using any covered article on or after October 1, 2018, in the development of data or deliverables first produced in the performance of the contract.(c) Reporting requirement. (1) In the event the Contractor identifies a covered article provided to the Government during contract performance, or the Contractor is notified of such by a subcontractor at any tier or any other source, the Contractor shall report, in writing, to the Contracting Officer or, in the case of the Department of Defense, to the website at https://dibnet.dod.mil/. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil/.(2) The Contractor shall report the following information pursuant to paragraph (c)(1) of this clause:(i) Within 1 business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; brand; model number (Original Equipment Manufacturer (OEM) number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.(ii) Within 10 business days of submitting the report pursuant to paragraph (c)(1) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of a covered article, any reasons that led to the use or submission of the covered article, and any additional efforts that will be incorporated to prevent future use or submission of covered articles.(d) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts, including subcontracts for the acquisition of commercial items.(End of clause)FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014)The government will award a contract resulting from the solicititation 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:Lowest price,Technically acceptable according to the specifications in the attached document, “SOW for Medium Furnace Upgrade w transformer” dated 24 September 2019.52.237-1, Site Visit. (Apr 1984)Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.A scheduled site visit will be at 1330h (1:30 p.m.) MT on 3 December 2019. Report to the Holloman AFB Visitor Center no later than 1310 to check in. Due to the location, RSVP is required to attend the Site Visit. Contact 1st Lt Caleb L Wynia at caleb.wynia.1@us.af.mil to RSVP no later than 1200h (12:00pm) MT 2 December 2019.DFARS 252.232-7006, WAWF Payment Instructions (DEC 2018) Definitions. As used in this clause—“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system. Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. WAWF access. To access WAWF, the Contractor shall— Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. WAWF training. The Contractor should follow the training instructions of the WAWF Web- Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/ WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract. Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table*Field Name in WAWFData to be entered in WAWFPay Official DoDAACF67100Issue By DoDAACFA4801Admin DoDAACFA4801Inspect By DoDAACShip To CodeF2ETGTShip From CodeMark For CodeService Approver (DoDAAC)Service Acceptor (DoDAAC)Accept at Other DoDAACLPO DoDAACDCAA Auditor DoDAACOther DoDAAC(s) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. WAWF email notifications. The Contractor shall enter the e-mail address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system. WAWF point of contact. Buyer: caleb.wynia.1@us.af.mil Contracting Officer: robert.widdoss.1@us.af.mil The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact. See Buyer Above For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)AFFARS 5352.201-9101 Ombudsman (Oct 2019)(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,DAVID E. JONES, Deputy DirectorAFICA/KT2035 First Street West, STE 1JBSA Randolph TX 78150-4304DSN 487-1722 Comm 210-652-1722Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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 clause)Name:Title:Phone:Email:Date:CAGE Code:DUNS:Signature
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/53b0af4581d74247968a3b918b6fc9bd/view)
 
Place of Performance
Address: NM-08, NM 88330, USA
Zip Code: 88330
Country: USA
 
Record
SN05510230-F 20191207/191205230247 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.