Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

34 -- Engraving Machine with Laser Pointer

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
F3PF2N1189A001
 
Archive Date
9/27/2011
 
Point of Contact
Kenneth R. McCright, Phone: 210-652-7721, Collin C. Christopherson, Phone: 210-652-7823
 
E-Mail Address
kenneth.mccright.3@us.af.mil, Collin.Christopherson.1@us.af.mil
(kenneth.mccright.3@us.af.mil, Collin.Christopherson.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO OFFERORS: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels the solicitation, the Government has no obligation to reimburse an offeror for any costs. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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) The Solicitation number F3PF2N1189A001 is issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-53. (iv) This acquisition is 100% set-aside for Small Business under the applicable NAICS 33512 with a size standard of 500 employees. (v) Contract line item numbers (CLINs): CLIN Quantity Unit of Issue Description 0001 9 EA Engraving machine with laser pointer 0002 9 EA Hardware/Software Installation and Training 0003 9 EA Cutting and Engraving Accessories (vi) Description of Supplies/Services This requirement requires the delivery of one engraving machine with laser pointer, cutting and engraving accessories, and installation and training as well as all associated hardware/software required to nine geographically separated locations. The Statement of Need (Attachment 1) and Table of Delivery Locations (Attachment 2) provide required minimum performance specifications and required delivery locations. (vii) Date and Place of delivery and acceptance and FOB destination. Attachment 2 to this notice provides nine (9) delivery locations. Required Delivery Date: 60 Days ADC. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) In accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) (a) The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer represent the lowest total price technically acceptable. Technical acceptability is defined as the ability to meet the minimum performance specifications detailed in the attached Statement of Need. Contractor's proposals shall clearly identify how the supplies being proposed meet the specifications in the Statement of Need. Award will be made utilizing Simplified Acquisition Procedures. Evaluation procedures in FAR 13.106-2 will be utilized. The Contracting Officer will make a determination that the total firm-fixed price is fair and reasonable based on the factors contained herein. (x) The provision at 52.212-3, Offeror Representation and Certification of Commercial Items (Aug 2009), applies to this acquisition. Offerors shall submit Representations and Certification with proposal or be registered in ORCA. (xi) The clause 52.212-4, Contract Terms and Conditions shall apply to this acquisition as follows: 52.212-4, Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes, such as changes in the paying officer, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if: (a) The ASI modifies a unilateral purchase order; and, (b) The Contractor agrees verbally or in writing; (3) Any change made before work begins if: (a) The change is within scope of the original order, (b) The Contractor agrees; or, (c) The modification references the Contractor's verbal or written agreement. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation), applies to this acquisition and the following FAR clauses cited in this clause are applicable: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-50, Combating Trafficking in Persons; 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (xiii)Additional Requirement(s) or Terms and Conditions The following clauses and provisions are incorporated in full text: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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 address: http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference: 52.204-7, Central Contractor Registration; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract; 252.204-7004, Alt A CCR; 252.212-7001 Deviation; 252.225-7001, Buy American Act and Payment; 252.225-7002, Country Sources; 252.227-7015, Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Submission of Payment Req/Rept; 252.243-7001, Pricing of Contract Mods; 252.232-7010, Levies on Contract Payments; 52.223-5, Pollution Prevention and Right-to-know Information; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000, Contractor Access to Air Force Installations; 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel; 52.204-9, Personal Identity Verification of Contractor Personnel. OMBUDSMAN (APR 2010) (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 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, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Mr. David Jones, 2035 First Street West, Randolph AFB TX 78150-4304, telephone 210-652-5815, fax 210-652-8344, david.jones.3@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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. NOTE: The following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C.794d). 1. Software applications and operating systems 2. Web-Based internet and internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers Further information and guidance can be found at http://www.section508.gov (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating: Orders awarded as a result of this solicitation will not be assigned a rating under the Defense Priorities and Allocations System (DPAS). Information on the DPAS program may be accessed electronically at this address: http://www.bis.doc.gov/dpas/default.htm (xv) Proposals must be submitted to the contract manager and Contracting Officer via e-mail listed in section (xvi) by 8:00 AM CST 12 Sep 2011. Offerors are responsible for verifying that their proposals are received by the date detailed in this notice. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. Contract Manager Kenneth McCright (210) 652-7721 kenneth.mccright.3@us.af.mil Contracting Officer Capt Collin Christopherson (210) 652-7823 Collin.christopherson.1@us.af.mil List of Attachments: Attachment 1 - Statement of Need Attachment 2 - Delivery Locations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/F3PF2N1189A001/listing.html)
 
Place of Performance
Address: Multiple locations, see Attachment 2, United States
 
Record
SN02568007-W 20110910/110909000947-604fa0eb086e33252af1638c80cbd2ba (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.