Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2021 SAM #7036
SOLICITATION NOTICE

70 -- CAPRE Backshells

Notice Date
3/3/2021 9:13:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
FA8224 OL H PZI PZIM HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
FA8228-21-R-8540
 
Response Due
3/17/2021 11:00:00 AM
 
Archive Date
04/01/2021
 
Point of Contact
Shelly Bachison, Phone: 9285224530
 
E-Mail Address
shelly.bachison@us.af.mil
(shelly.bachison@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Small Business Set Aside combined synopsis/solicitation notice prepared in accordance with the format in�Subpart 12.6, and FAR Part�13�Simplified Acquisition Procedures (SAP) as supplemented with additional information included in this notice under the authority of FAR 13.106-1(b) (2) and�13.501(a). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� �This is a notice for a brand name or equal quote in accordance with FAR 13.106-1(b)(1) under North American Classification System (NAICS) code 334111 size standard 1,250 employees. The Government intends to solicit and negotiate a Firm Fixed Price (FFP) purchase order for: � CAPRE Backshells. See the attached equipment list for a list of required brand name or equal parts. FOB:�Destination � Deliverables will be inspected and tested upon arrival Description of requirements:�delivery of parts listed on the equipment list. REQUIRED SUBMISSIONS All vendors shall submit the following:� 1) A Firm Fixed Price (FFP) quotation� 2) Cage Code, DUNS Number, delivery timeframe after receipt of order,� 3) This is a Solicitation for�CAPRE Backshells,�The Government intends to award a contract as a result of this Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR The offeror shall state ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: �Offeror shall list exception(s) and rationale for the exception(s) PROVISIONS AND CLAUSES This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (2005-95). The following provisions apply to this acquisition: 52.212-1 �������� Instructions to Offerors - Commercial; 52.203-3��������� Gratuities 52.203-6��������� Restrictions on Subcontractor Sales to the Government (Sep 2006) --Alternate I 52.203-18������� Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19������� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4��������� Printed or Copied Double-=Sided on Recycled Paper 52.204-6��������� Unique Entity Identifier 52.204-7��������� System for Award Management 52.204-10������� Reporting Executive Compensation and First-Tier Subcontract Awards. 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. 52.204-22������� Alternative Line Item Proposal 52.204-24������� �� Telecommunications equipment or services 52.209-6���������� ���������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9��������� Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10������� Prohibition on Contracting with Inverted Domestic Corporations 52.212-4��������� Contract Terms and Conditions - - Commercial Items 52.219-4��������� Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-9��������� Small Business Subcontracting Plan (Deviation 2016-O0009) 52.219-16������� Liquidated Damages-Subcontracting Plan 52.219-28������� Post-Award Small Business Program Rerepresentation 52.222-19������� Child Labor - - Cooperation with Authorities and Remedies 52.223-18������� Encouraging Contractor Policies to Ban Text Messaging While Driving 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 52.232-39������� Unenforceabilityof Unauthorized Obligations 52.232-40������� Providing Accelerated Payments to Small Business Subcontractors 52.242-5��������� Payments to Small Business Subcontractors 52.245-1��������� Government Property 52.245-9��������� Use and Charges 52.246-17������� Warranty of Supplies of a Non- complex Nature 252.203-7000� Requirements Relating to Compensation of Former DoD Officials 252.203-7002� Requirement to Inform Employees of Whistleblower Rights 252.203-7005� Representation Relating to Compensation of Former DoD Officials 252.204-7003� Control of Government Personnel Work Product 252.204-7006� Billing Instructions 252.204-7008� Compliance with Safeguarding Covered Defense Information Controls 252.204-7011� Alternative Line Item Structure 252.204-7012� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015� Notice of Authorized Disclosure of Information for Litigation Support 252.205-7000� Provision of Information to Cooperative Agreement Holders 252.209-7004� subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country 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 252.219-7003� Small Business Subcontracting Plan (DOD Contracts). (Deviation 2016-O0009) 252.219-7004� Small Business Subcontracting Plan (Test Program) 252.222-7007� Representation Regarding Combating Trafficking in Persons 252.223-7008� Prohibition of Hexavalent Chromium 252.225-7012� Preference for Certain Domestic Commodities 252.225-7048� Export-Controlled Items 252.225-7050� Disclosure of Ownership or Control by the Government of a Country that is a State ��������� ����������������������� Sponsor of Terrorism 252.226-7001� Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native ����� ����������������������� Hawaiian Small Business Concerns 252.232-7010� Levies on Contract Payments 252.239-7009� Representation of Use of Cloud Computing 252.239-7010� Cloud Computing Services 252.243-7001� Pricing Of Contract Modifications 252.243-7002� Requests for Equitable Adjustment 252.244-7000� Subcontracts for Commercial Items 252.225-7974��Representation Regarding Persons that have Business Operations with the Maduro Regime In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. If paragraph (j) of the provision applies, a written submission is required; �The following clauses apply to this acquisition: 52.204-25������� �� Telecommunications equipment or services 52.212-4 �������� Contract Terms and Conditions-Commercial Items; 52.212-5 �������� (deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs; 52.247-34 ������ F.O.B. Destination; 52.252-2 �������� Clauses Incorporated By Reference;� 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; and 252.232-7006 Wide Area Workflow Payment Instructions Questions need to be emailed directly to�shelly.bachison@us.af.mil�with a CC copy to Darin Barnes at darin.barnes@us.af.mil in accordance with FAR Clause 52.212-3, Offer Representations and Certifications - Commercial Items.� It is mandatory that all offers wishing to be considered for award must be currently registered, obtain a DUNS number, have an �active� Cage Code, and maintain Online Representations and Certifications Application with System for Award Management (SAM) at�www.sam.gov. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror. Proposal shall be submitted by�11:59 PM MST on 17 March�2021�to shelly.bachison@us.af.mil with a CC copy to Darin Barnes, darin.barnes@us.af.mil The offeror shall ensure the Contracting point of contact acknowledges receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor�s responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9960396041e347babab542e87a7bd084/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05932421-F 20210305/210303230116 (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.