Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

15 -- MXG C17 Cushions

Notice Date
9/15/2020 3:58:30 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W7MU USPFO ACTIVITY AKANG 176 JBER AK 99506-2959 USA
 
ZIP Code
99506-2959
 
Solicitation Number
W50S6L-20-Q-0059
 
Response Due
9/17/2020 2:00:00 PM
 
Archive Date
10/01/2020
 
Point of Contact
176 MSG Contracting, Phone: 9075510246
 
E-Mail Address
176contracting@us.af.mil
(176contracting@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***AMENDMENT 0001: THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE SOLICITATION CLOSE DATE FROM 1:00PM ALASKA TIME, 15�SEPT 2020�TO 1:00PM ALASKA TIME, 17 SEPT 2020. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.*** COMBINED SYNOPSIS/SOLICITATION �COMBO�: � MXG C17 Cushions � ISSUE DATE: 09 September 2020 � � NOTE: Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. Please make offers good through 30 September 2020. � (i) 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. (ii) Solicitation W50S6L-20-Q-0059 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, effective 13 Aug 2019. The DFARS provisions and clauses are those in effect to DPN 20190809, effective 09 Aug 2019. (iv) This requirement is solicited under �Small Business Set Aside� competition. The North American Industrial Classification System (NAICS) code associated with this procurement is 336413 with a small business size standard of 1,250 EMP. (v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: (vii) Delivery shall be FOB Destination. Contractor shall include delivery/performance schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Joint Base Elmendorf-Richardson, Anchorage Alaska, 99506 � (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the quotes, the Offerors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation.� If awarded the contract the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within five (5) business days. 2.� Specific Instructions:� The response shall consist of the following: Submit one (1) copy of technical acceptability narrative consisting of a brief explanation of how an �or equal� substitute meets the salient characteristic(s) requirements of the solicitation. � b. Submit one (1) copy of price schedule (Attachment 1) and any pertinent additional information Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the Best Value IAW FAR 13.106-1 (a) (2). Technical Acceptability, at a minimum, is defined as meeting all specific instructions and completing the attached pricelist Attachment 1. Price and technical acceptability will be considered. FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: The Government will award a purchase order resulting from this solicitation to whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical acceptability will consist of meeting all specific instructions and completing the attached pricelist Attachment 1. Price Past Performance � Technical acceptability: The government will evaluate quotes on the basis of whether or not the provided quote is technically acceptable. Offeror shall provide a brief explanation of how an �or equal� substitute meets the salient characteristic(s) requirements of the solicitation. Price: The total evaluated price will include the total price of all line items, to include option line items (if any). Interested parties are reminded that this is a Best Value procurement and lowest price does not constitute award. Past Performance: Past Performance will be evaluated in accordance FAR 13.106-2(b)(3)(ii)(C) - information received by Past Performance Information System and FAR 13.106-2(b)(3)(ii)(D) � Any other reasonable basis. The contracting officer may use his/her previous experience with the service being acquired. �(x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Jan 2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders � Commercial Items (Jan 2017), �is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities Jul 2018 FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Dec 2019 FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment Aug 2019 FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation Dec 2019 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Vendors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov 2015 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52-222-19 Child Labor-Cooperation With Authorities and Remedies Oct 2016 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-36 Equal Opportunity for Workers with Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.222-55 Minimum Wages Under Executive Order 13658 Dec 2015 FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 Jan 2017 FAR 52.223-18 Encouraging Vendor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-33 Payment by Electronic Funds Transfer�System for Award Management July 2013 FAR 52.232-18 Availability of Funds Apr 1984 FAR 52.232-39 �Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Sub-vendors Dec 2013 FAR 52.233-3 Protest after Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.252-2 Clauses Incorporated by Reference Feb 1998 DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct 2016 DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct 2016 DFARS 252.204-7015 Disclosure of Information to Litigation Support Vendors May 2016 DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation Dec 2019 DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation Dec 2019 DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Dec 2019 DFARS 252.211-7003 Item Unique Identification and Valuation Mar 2016 DFARS 252.211-7008 Use of Government-Assigned Serial Numbers Sep 2010 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 � DFARS 252.225-7048 Export-Controlled Items Jul 2013 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS 252.246-7008 Sources of Electronic Parts May 2018 DFARS 252.247-7023 Transportation of Supplies by Sea--Basic Apr 2014 The following provisions apply to this combined synopsis solicitation and are incorporated by reference.� This section will be physically removed from the final award. FAR 52.204-16 Commercial and Government Entity Code Reporting Oct 2016 FAR 52.204-22 Alternative Line Item Proposal Oct 2015 FAR 52.212-2 Evaluation � Commercial Items Nov 2011 FAR 52.212-3 Alt 1 Offeror Representations and Certifications � Commercial Items Jul 2013 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Dec 2015 DFARS 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS 252.225-7031 Secondary Arab Boycott of Israel Jun 2005 (xiii) No additional contract requirements apply to this acquisition. (xiv) This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating. (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to: POC: MSgt Zach Gowin Phone:� (907) 551-0246 E-Mail:� 176msg.msc.vendors@us.af.mil & zachary.gowin.2@us.af.mil - E-mail is preferred. An amendment may be issued answering any questions received (if any), providing the Government�s answers. Offers are due no later than 1:00 p.m. Alaska Time on 15 September 2020. � List of Attachments: Attachment 1: B.01 20-Q-0059 MXG C17 Cushions Combo (5 pages) Attachment 2: B.01 Pricing Schedule (2 pages)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/49c77767f8904aa8918a9759411b41c7/view)
 
Place of Performance
Address: JBER, AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN05798090-F 20200917/200915230153 (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  © 1994-2020, Loren Data Corp.