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

70 -- Procurement of 37 each Link-16 Mobile Racks - Amendment 6

Notice Date
9/15/2020 9:14:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA8224 OL H PZI PZIM HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
FA8224-20-Q-RCK2
 
Response Due
9/17/2020 2:00:00 PM
 
Archive Date
10/02/2020
 
Point of Contact
Nick Padgett, Phone: 801-777-2807
 
E-Mail Address
david.padgett@us.af.mil
(david.padgett@us.af.mil)
 
Description
Combined Synopsis/Solicitation� LINK 16 MOBILE RACKS� (i)�� �This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii)�� �Solicitation Number: FA8224-20-Q-RCK2 This solicitation is issued as a Request For Quote (RFQ).� (iii)�� �This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2020-06. (iv)�� � Contracting Officer's Business Size Selection�� �Full and Open NAICS Code�� �334220 Small Business Size Standard�� �1,250 (v)�� � CLIN�� �Description 0001�� �Procurement of thirty seven (37) MIDS JTRS Mobile Rack (vi)�� �Description of �item(s) to be acquired: This requirement is for the procurement of thirty seven (37) Link 16 MIDS JTRS Mobile Rack �for 309th �EMXG. �See attached purchase description for detailed item requirements. (vii)�� � �� �Period of Performance and place: 52 Weeks After Receipt of Order FOB Destination (viii)�� � �Evaluation Procedures; In accordance with FAR 13.5 Simplified Procedures for Certain Commercial Items, Simplified Acquisition Procedures are being used for the solicitation, evaluation, and award of contract for this requirement. a.�� �Award will be made to the offeror whose quote represents the best value to the government. b.�� �Evaluation factors are included in the provision at 52.212-2 Evaluation-Commercial Items. c.�� �All quotes will be considered.� d.�� �In accordance with the included provision at 52.212-1(f) the government intends to award a contract without discussions, however, should the contracting officer determine discussions are in the best interest of the government, discussions may occur. � (ix)�� �The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 15 September2020, via electronic mail to david.padgett@us.af.mil a.�� �Provide Cage code when submitting offer (x)�� �The provision at 52.212-2 Evaluation-Commercial Items (OCT 2014) applies to this acquisition. �(a) 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. The following factors shall be used to evaluate offers: (i)�� �technical capability of the item offered to meet the Government requirement; proposed �item will be evaluated relative to the Government requirement as described in the attached Purchase Description. (ii)�� �price;� (iii)�� � past performance; past performance will be evaluated using the Past Performance Information Retrieval System at https://www.ppirssrng.csd.disa.mil; in accordance with DFARS 213.106-2. � � (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) �� (xi)�� �Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xii)�� � (xiii)�� �The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause. (xiv)�� �FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) 52.202-1�� �Definitions 52.203-3�� �Gratuities 52.203-17�� �Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-7�� �System for Award Management 52.204-10�� �Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13�� �System for Award Management Maintenance 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 52.204-21�� �Basic Safeguarding of Covered Contractor Information Systems 52.204-22�� �Alternative Line Item Proposal 52.207-4 �� �Economic Purchase Quantity-Supplies. 52.209-6�� �Protecting the Government�s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 �� �Information Regarding Responsibility Matters 52.209-10�� �Prohibition on Contracting with Inverted Domestic Corporations 52.211-17 �� �Delivery of Excess Quantities 52.219-28�� �Post-Award Small Business Program Representation 52.222-3 � �� �Convict Labor 52.222-19 �� �Child Labor---Cooperation with Authorities and Remedies. 52.222-26 �� �Equal Opportunity 52.222-35�� �Equal Opportunity for Veterans �� �52.222-36 �� ��� �Equal Opportunity for Workers with Disabilities �� �52.222-50�� ��� �Combating Trafficking in Persons �� �52.223-18 �� ��� �Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13�� �Restrictions on Certain Foreign Purchases 52.229-3 �� �Federal, State, and Local Taxes. 52.232-33�� �Payment by Electronic Funds Transfer�System for Award Management 52.232-39�� �Unenforceability of Unauthorized Obligations� 52.232-40 �� �Providing Accelerated Payments to Small Business Subcontractors 52.233-1�� �Disputes 52.233-3�� ��� �Protest After Award 52.233-4�� ��� �Applicable Law for Breach of Contract 52.242-13�� �Bankruptcy 52.247-34 �� �F.o.b. Destination 52.252-1 � � �� �Solicitation Provisions Incorporated by Reference 52.252-2�� ��� �Clauses Incorporated by Reference 52.252-6�� ��� �Authorized Deviations in Clauses 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 252.204-7004�� �Alternate A, System for Award Management 252.204-7008 �� �Compliance with Safeguarding Covered Defense Information Controls 252.204-7012�� �Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015�� �Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004�� �Subcontracting with Firms that are Owned or Controlled by the Government of Another Country that is a State Sponsor of Terrorism 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 252.243-7001 �� �Pricing of Contract Modifications 252.243-7002�� �Requests for Equitable Adjustment. 252.244-7000 �� �Subcontracts for Commercial Items 5352.223-9000�� �Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101�� �Ombudsman ""(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, Ms. Lisette K. LeDuc AFMC OL_PZC 801-777-6549, Lisette.LeDuc@us.af.mil. �Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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) (xv)�� �Additional Contract Requirement or Terms and Conditions: N/A (xvi)�� �Defense Priorities and Allocations System (DPAS):� N/A (xvii)�� �Proposal Submission Information: All questions or comments must be sent to David �Nick� Padgett by email at david.padgett@us.af.mil, NLT 1500 �MT, 10 September 2020. Offers are due by 1500 MT, 15 September 2020, via electronic mail to david.padgett@us.af.mil.� �� � (xviii)�� �For additional information regarding the solicitation, contact Nick Padgett at david.padgett@us.af.mil or Jesse Ball at jesse.ball.1@us.af.mil Notice to Offerors:� The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation incorporates one or more clauses and/or 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil Attachments: ��� �Purchase Description
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3890c5f37a7d4f00894aac376e5a7e67/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN05798508-F 20200917/200915230156 (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.