Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2006 FBO #1614
SOLICITATION NOTICE

34 -- Machining Center

Notice Date
3/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
Reference-Number-F3P3BD6031A100
 
Response Due
4/5/2006
 
Point of Contact
Ty Senour, Contracting Specialist, Phone 210-652-5180, Fax 210-652-5135, - Rhonda Chavez, Contract Specialist , Phone 210-652-5176, Fax 210-652-5135,
 
E-Mail Address
Ty.Senour@randolph.af.mil, Rhonda.Chavez@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. The 12th Contracting Squadron, Randolph AFB TX, has a requirement for one (1) machining center for nonferrous metals/woods/plastics in accordance with the attached Statement of Work (SOW) and specifications. The specifications are to be used as a guide only; however, the machine must meet or exceed those specifications that are listed This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as request for quotation (RFQ) number F3P3BD6031A100. This requirement is a 100% small business set-aside. For small business set-asides other than construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer. The government intends to award a firm-fixed price contract to the responsible offeror submitting the quote that provides the best value to the government. Award is contingent upon availability of funds. The associated North American Industry Classification System Code (NAICS) is 333512; size standard 500 employees. 2. The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, are applicable to this solicitation. Interested parties may submit a written quote in accordance with FAR 52.212-1. Oral quotes will not be accepted. Your quote should include your Cage Code, DUNS, and Tax Identification numbers. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Contractors must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca. 3. FAR 52.212-2, Evaluation--Commercial Items. 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. Addendum: Basis for Award: This is a competitive best value acquisition utilizing Performance/Price Tradeoff (PPT) procedures. For proposals determined technically acceptable, a tradeoff between price and past performance will be conducted with past performance being significantly more important than price. Offers shall propose on all items. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Quotes determined to be unreasonable or not compatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will not be considered in the performance/price trade-off and will be ineligible for award. 4. The evaluation process will proceed as follows: (a) Technical Acceptance: By submission of its offer, the offeror accedes to all the terms, conditions, statement of work, and all other requirements of this solicitation and subsequent contract, and will be determined technically acceptable. Any exception taken to the terms, conditions, or requirements will result in a determination of technical unacceptability; (b) Price: Initially, all technically acceptable offers will be ranked according to price. Reasonableness will be determined based on prices submitted by the competition, current market conditions, and comparison to the Government estimate and prior acquisitions, if applicable. Realism will be based on an evaluation of prices to determine if they are compatible with the scope of effort, are not unbalanced, and are neither excessive nor insufficient for the effort to be accomplished c) Past Performance: Using questionnaires, the contracting officer will seek relevant and recent performance information on all technically acceptable offers based on (1) the references provided by the offeror and (2) data independently obtained from other Government and commercial sources. Recency: To be considered recent, a contract shall have been performed during the past three years from the date of issuance of this posting. Relevancy: Relevant performance includes performance of work efforts that is similar or greater in scope and magnitude. The following varying degrees of relevancy apply to this solicitation: Very Relevant Present/past performance effort involved essentially the same magnitude of effort and complexities this solicitation requires. Relevant Present/past performance effort involved much of the magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance contractual effort involved some of the magnitude of effort and complexities than this solicitation requires. Not Relevant Present/past performance effort did not involve any of the magnitude of effort and complexities this solicitation requires. Offerors shall submit a minimum of 3 references, but no more than 5 overall of the most relevant contracts performed for Federal agencies and commercial customers. The offeror shall provide the attached past performance questionnaire to the reference and bear responsibility for ensuring that the reference provides the completed questionnaire to the point of contact identified in paragraph 11 of this posting by the deadline for offer submission. Questionnaires submitted prior to the deadline for offer submission will be accepted. The reference list should include, as a minimum: Contract Number, Description of Contract/Project Effort, Period of Performance, Contract Dollar Value, Name, Title, Current Address and Telephone Number of Contracting Officer and Quality Assurance Evaluator/Project Manager. 5. The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this solicitation based on the offeror's demonstrated present and past performance. The agency will evaluate past performance in accordance with the criteria in paragraphs 4(c) through 8 of this solicitation. The rating may be determined initially or as a result of discussions. The confidence assessment represents the Government evaluation team's judgment of the probability of an offeror successfully accomplishing the proposed effort based on the offeror's demonstrated present and past performance. A trade-off process is then conducted. The lowest price may not necessarily receive the award; likewise, the highest past performance rating may not necessarily receive the award. A performance/price trade-off evaluation will not be conducted if only one acceptable offeror is received. In this event, award will be made to the only technically acceptable quote received. 6. Overall confidence ratings are defined as follows: High Confidence: Based on the offeror's performance record, the government has high confidence the offeror will successfully perform the required effort. Significant Confidence: Based on the offeror's performance record, the government has significant confidence the offeror will successfully perform the required effort. Satisfactory Confidence: Based on the offeror's performance record, the government has confidence the offeror will successfully perform the required effort. Normal contractor emphasis should preclude any problems. Unknown Confidence: No performance record is identifiable. Little Confidence: Based on the offeror's performance record, substantial doubt exists that the offeror will successfully perform the required effort. No Confidence: Based on the offeror's performance record, extreme doubt exists that the offeror will successfully perform the required effort. 7. Past performance regarding predecessor companies, key personnel who have relevant and recent experience, or subcontractors that will perform major or critical aspects of the requirement may not be rated as highly as past performance information for the principal offeror. Offerors with no relevant present or past performance history will receive a neutral rating, meaning the rating is treated neither favorably nor unfavorably. However, a rating other than neutral may be assessed if the offeror proposes management personnel who have a record of performance on relevant contracts, or if a proposed subcontractor or partner who will be performing a significant portion of the work has a performance history on relevant contracts. When relevant performance information indicates performance problems, the Government will consider the number and severity of the problems and the appropriateness and effectiveness of any corrective actions taken (not just planned or promised). Prompt corrective action in isolated instances may not outweigh overall negative trends. The Government may review more recent contracts or performance evaluations to ensure corrective actions have been implemented and to evaluate their effectiveness. The offeror may be notified of any adverse past performance information and given the opportunity to respond. 8. If the lowest priced technically acceptable offer is determined to be reasonable and realistic, and is judged to have an overall high performance confidence rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award will be made to that offeror without further consideration of any other offers. If the lowest priced technically acceptable offer is not rated high confidence in the performance assessment, the next lowest priced, technically acceptable offer will be evaluated and the process will continue until an offeror whose price is reasonable and realistic is rated high confidence overall for past performance. An integrated assessment will then be performed on all technically acceptable offerors whose past performance and price were evaluated, and award will be made to the offeror with the proposal determined to be most advantageous to the Government based on the evaluation criteria. If no proposals are rated high confidence in the performance assessments, an integrated analysis will be accomplished on all technically acceptable proposals and award will be made to the offeror with the proposal determined to be most advantageous to the Government based on the evaluation criteria. 9. The Government reserves the right to award to other than the lowest price quote if that lowest priced offeror is judged to have a performance risk rating of very good or lower. If discussions will be conducted, all quotes will be evaluated and rated for performance risk. The contracting officer will then make an integrated assessment best value award decision. The Government intends to award a contract without discussions with respective offerors. Therefore, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. 10. The following clauses and provisions are applicable to this solicitation: FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, FAR 52.219-1 Alt 1, Small Business Program Representations, FAR 52.219-6, Notice of Total Small Business Set-Aside, DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addendum: Para (c) Changes is tailored as follows: The contracting officer may modify the contract unilaterally under the following circumstances: (a) to make administrative changes that do not affect the price or substantive terms; (b) to issue change orders or directions; or (c) to make changes authorized by clauses other than a changes clause, including but not limited to the Property clause, or Suspension of Work Clause. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, (Deviation), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, FAR FAR 52.233-3, Protest After Award, FAR 52.245-1, Property Records, FAR 52.245-4, Government Furnished Property (Short Form), DFARS 252.204-7004 Alt. A, Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests. FAR 52.252-1, Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, and FAR 52.252-6, Authorized Deviations in Clauses, fill-in: http://farsite.hill.af.mil or http://www.arnet.gov. FAR 52.252-5, Authorized Deviations in Provisions, para (b) fill-in: Defense Federal Acquisition Regulation Supplement (48 CFR, Chapter 2), and AFFARS 5352.242-9000 Contractor Access to Air Force Installations. 11. Written quotes must be submitted no later than 5 April 06, 4:00 p.m. Central Standard Time, to the attention of Ty Senour, 12 CONS/LGCA, 395 B St W STE 2, Randolph AFB TX 78150 or e-mailed to ty.senour@randolph.af.mil NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-APR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/RandAFBCO/Reference-Number-F3P3BD6031A100/listing.html)
 
Place of Performance
Address: Randolph AFB, TX
Zip Code: 78150
Country: United States
 
Record
SN01036050-F 20060428/060426222909 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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