Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 28, 2019 SAM #6603
SOURCES SOUGHT

53 -- F-15 Bushing Kits

Notice Date
12/26/2019 11:27:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W7NB USPFO ACTIVITY LAANG 159 BELLE CHASSE NAS LA 70143-5077 USA
 
ZIP Code
70143-5077
 
Solicitation Number
W912NR-20-Q-5001
 
Response Due
1/15/2020 9:00:00 AM
 
Archive Date
01/30/2020
 
Point of Contact
John Kattengell, Phone: 5043918369, Janice M Hills, Phone: 5043918370
 
E-Mail Address
john.r.kattengell2.mil@mail.mil, janice.m.hills.mil@mail.mil
(john.r.kattengell2.mil@mail.mil, janice.m.hills.mil@mail.mil)
 
Description
Combined Synopsis/Solicitation W912NR-20-Q-5001 for Delivery of F-15 Bushing Kits Quotes (offers) will be e-mailed (preferred) to john.r.kattengell2.mil@mail.mil and janice.m.hills.mil@mail.mil no later than 11:00 am CST (1100) on Wednesday, 15 January 2020. Request for Information (RFIs): Contractors shall email all inquiries and RFI's to SSgt John Kattengell at john.r.kattengell2.mil@mail.mil no later than 11:00 am CST (1100) on Friday, 3 January 2020.� The W912NR-20-Q-5001 sources sought was posted 26 November 2019. This solicitation is the follow up,� 1. 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; proposals are being requested and a written solicitation will not be issued. A Firm-Fixed Price (FFP) contract is being contemplated. Please see attached PWS/Description. This is a meet or exceed specification purchase for brand new, never been used, items Award will be conducted and evaluated under the provisions of FAR Part 12 ""Acquisition of Commercial Items."" All potential vendors must be registered and active with no exclusions in Systems for Award Management (sam.gov). Payment for this contract will be made via PIEE/Wide Area Workflow (WAWF). 2. The solicitation number is W912NR-20-Q-5001 and is hereby issued as a request for quotation (RFQ); 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, effective 05 June 2019, and Defense Acquisition Circular DPN 20190628, effective 28 June 2019. 4. The following line item number(s) and items, quantities, and units of measure are applicable to this acquisition: CLIN & PRS� � � � � � � � � � � � � �DESCRIPTION� � � � � � � � � � � � � � �� � � � � �QTY� � �UNIT OF MEASURE 0001�� �PRB-A501ML-080-S or equal IAW T.O.: 16W39-1-3-2� � � �600� � � each 0002�� �PRB-A501ML-090-S or equal IAW T.O.: 16W39-1-3-2� � � �150� � � each 0003�� �PRB-A601ML-090-S or equal IAW T.O.: 16W39-1-3-2� � � �1720�� �each 0004�� �PRB-A401HTS-100-S or equal IAW T.O.: 16W39-1-3-2�� �1940�� �each Additionally: 159 Fighter Wing requires the following: a.�� �Company must have an, �active,� SAM status, and provide the Tax ID number and CAGE code. b.�� �Parts shall be delivered to Hangar 5, Room 129 on NAS-JRB New Orleans, LA 70143 c.�� �Parts must be in accordance with (IAW) USAF Technical Order (TO) 16W39-1-3-2 d.�� �Company must be prepared to invoice via WAWF/PIEE Government paperless invoicing/payment system e.�� �Vendor past performance record will be reviewed prior to award in the Supplier Performance Risk System (SPSR) application (https://www.sprs.csd.disa.mil) in accordance with DFARS 213.106-2(b)(i). 5. This requirement is for the delivery of 4 different types of Bushing Kits with quantities listed above. Instructions to Offerors: A. Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the point of contact shown. It is your responsibility to make sure your quote is received. B. NAICS 336413 with the size standard of 1250 employees C. Quotes must include the Offeror's CAGE Code or DUNS Number and Tax ID#. D. Quotes must include delivery schedule/lead times. E. Quotes shall be valid for 90 calendar days, starting from the day of receipt date. F. It is the interested Offeror's responsibility to check FedBizOpps for updated information. G. All quotes must provide brand and model numbers of equipment or parts. H. BASIS FOR AWARD: The award will be made to the lowest priced technically acceptable proposal. Proposals will be evaluated for technical acceptability (including past performance), but will not be ranked using the non-price Factors (and Subfactors). In order for an Offeror to be considered for award, the proposal must receive an ""Acceptable"" rating in every non-price Factor. A proposal receiving a rating of ""Unacceptable"" in any non-price Factor will not be eligible for award. The following evaluation factors and subfactors will be used to evaluate each proposal.� Technical acceptability is considered using price, performance and capability. Experience and Capability to fabricate the aircraft parts IAW T.O.: 16W39-1-3-2 Evaluation of the offeror's proposal shall address the acceptability of the response to each subfactor as it applies to the Plans and Specifications. The quote must convey a clear understanding of the requirement or project. The bidder or proposing company must also convey a capability to fulfill the requirement as outlined by the Government. A detailed explanation of the criteria for the evaluation is set forth in the ""Evaluation Approach"", Paragraph C of this section.� Past Performance: Each offeror's past performance will be reviewed.� Cost/Price. The resulting award will be a firm fixed price contract type. Price Reasonableness will be utilized in the evaluation of the Firm-Fixed price effort. 6. Date(s) and place(s) of delivery and acceptance and FOB point are as follows: a. Delivery date (anticipated): agreed upon delivery date b. Place of Performance Delivery: NAS-JRB New Orleans Directions & Phone for the NAS-JRB NO Main Gate: 504-678-3827, Access to installation: Visitors must pick up their pass at the Installation's Main entry Gate prior to arrival you will be required to present the following information upon arrival and complete a background check SECNAV 5512: A.�� �Two Forms of Identification (i.e. Driver's License, passport) B.�� �Valid Vehicle Registration C.�� �Current Proof of Insurance D.�� �Car Rental Agreement (if applicable) c. Inspection/Acceptance Terms: Destination/Destination d. Delivery Terms: FOB Destination 8. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.� 7. The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. In accordance with FAR 52.212-2(a), the Government will award a contract resulting from this solicitation to the Lowest Price Technically Acceptable(LPTA) offeror whose offer conforming to the solicitation the price and other factors considered. The following factors shall be used to evaluate offers: a. Technical capability of the item/service offered to meet the Government requirement; and b. Price (evaluation of price shall be the sum of all line items, including options if applicable). c. Past Performance (the CO will Consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier's past performance history for the Federal supply class (FSC) and product or service code (PSC) of the supplies being purchased. Procedures for the use of SPRS in the evaluation of quotations or offers are provided in the SPRS User's Manual available under the references section of the website: https://www.ppirssrng.csd.disa.mil 8. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 9. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 10. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. a. The Contractor shall comply with the FAR clauses in this paragraph that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). [Reserved] 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [Reserved] 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). (ii) Alternate I (Nov 2011) of 52.219-3. 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (ii) Alternate I (Jan 2017) of 52.224-3. (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110- 138, 112-41, 112-42, and 112-43). (ii) Alternate I (May 2014) of 52.225-3. (iii) Alternate II (May 2014) of 52.225-3. (iv) Alternate III (May 2014) of 52.225-3. 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (ii) Alternate I (Apr 2003) of 52.247-64. The Contractor shall comply with the FAR clauses in this paragraph, applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: MORE CLAUSES/PROVISIONS: 52.204-7 ""System for Award Management"" 52.204-13 ""System for Award Management Maintenance"" 52.204-16 ""Commercial and Government Entity Code Reporting"" 52.204-17 ""Ownership or Control of Offeror"" 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"" 52.209-2 ""Prohibition on Contracting with Inverted Domestic Corporations-Representation"" 52.209-5 ""Certification Regarding Responsibility Matters"" 52.209-10 ""Prohibition on Contracting with Inverted Domestic Corporations"" 52.209-11 ""Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law"" 52.212-4 ""Contract Terms and Conditions - Commercial Items"" 52.225-3 ""Buy American -- Free Trade Agreements -- Israeli Trade Act. (Alternate III)"" 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."" 52.232-40 ""Providing Accelerated Payments to Small Business Subcontractors."" 52.233-4 ""Applicable Law for Breach of Contract Claim"" 252.204-7008 ""Compliance With Safeguarding Covered Defense Information Controls"" 252.204-7012 ""Safeguarding Covered Defense Information and Cyber Incident Reporting"" 252.209-7999 ""Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law-Fiscal Year 2016 Appropriations"" 252.211.7003 ""Item Unique Identification and Valuation."" 252.213-7000 ""Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations"" 252.225-7036 ""Buy American-Free Trade Agreements--Balance of Payments Program--Alternate IV"" 252.232-7003 ""Electronic Submission of Payment Requests and Receiving Reports"" 252.232-7006 ""Wide Area Workflow Payment Instructions"" 252.232-7010 ""Levies on Contract Payments"" 252.244-7000 ""Subcontracts for Commercial Items"" 252.246-7008 ""Sources of Electronic Parts"" 11. Additional contract requirement(s) and terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows: a. Applicable clauses to the FAR and its supplements will be incorporated into the resultant contract; 12. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. 13. Date, time and place offers are due: a) See notice b) Place: e-mail to john.r.kattengell2.mil@mail.mil and janice.m.hills.mil@mail.mil or postal to 159 Mission Support Contracting, 400 Russell Ave. NAS-JRB New Orleans, LA 70143 14. List of Attachments: a) Attachment 1, Bushing Kit Description, dated 22 October 2019 �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0c4103bd86534087af359700c27d9b8c/view)
 
Place of Performance
Address: New Orleans, LA 70143, USA
Zip Code: 70143
Country: USA
 
Record
SN05524216-F 20191228/191226230138 (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.