Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

J -- Digital X-Ray Maintenance

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Flight, 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843-5102, United States
 
ZIP Code
78843-5102
 
Solicitation Number
F2R2A14072A001
 
Archive Date
8/16/2014
 
Point of Contact
Brian J. H. Brammer, Phone: 830-298-5459, Charles M Frerich, Phone: 830-298-5175
 
E-Mail Address
brian.brammer@laughlin.af.mil, charles.frerich@us.af.mil
(brian.brammer@laughlin.af.mil, charles.frerich@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number "F2R2A14072A001, Digital X-Ray Maintenance" is hereby issued as a Request for Quotation (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The award is anticipated to be a sole source acquisition to GE Inspection Technologies and is under North American Industry Classification System code 811219 with a small business size standard of $19M. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74, effective 1 Jul 2014; the Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice 20140624 effective 24 Jun 2014; and the Air Force Federal Acquisition Regulation Supplement (AFFARS) Change notice 2014-0421 effective 21 Apr 2014. CLIN 0001: Perform all maintenance and 2 periodic inspections for the following equipment: CR100, Qty 1; CR50P, Qty 1; CR Tower, Qty 1; Workstation, Qty 2; Period of Performance 1 Oct 2014 - 30 Sep 2015. PSC J085 Unit Price $_________ Line Item Total $__________ CLIN 0002: Replacement Parts Worn/Defective Parts. Period of Performance 1 Oct 2014 - 30 Sep 2015. PSC J085 Line Item Total $__________ CLIN 1001: Perform all maintenance and 2 periodic inspections for the following equipment: CR100, Qty 1; CR50P, Qty 1; CR Tower, Qty 1; Workstation, Qty 2; Period of Performance 1 Oct 2015 - 30 Sep 2016. PSC J085 Unit Price $_________ Line Item Total $__________ CLIN 1002: Replacement Parts Worn/Defective Parts. Period of Performance 1 Oct 2015 - 30 Sep 2016. PSC J085 Line Item Total $__________ CLIN 2001: Perform all maintenance and 2 periodic inspections for the following equipment: CR100, Qty 1; CR50P, Qty 1; CR Tower, Qty 1; Workstation, Qty 2; Period of Performance 1 Oct 2016 - 30 Sep 2017. PSC J085 Unit Price $_________ Line Item Total $__________ CLIN 2002: Replacement Parts Worn/Defective Parts. Period of Performance 1 Oct 2016 - 30 Sep 2017. PSC J085 Line Item Total $__________ CLIN 3001: Perform all maintenance and 2 periodic inspections for the following equipment: CR100, Qty 1; CR50P, Qty 1; CR Tower, Qty 1; Workstation, Qty 2; Period of Performance 1 Oct 2017 - 30 Sep 2018. PSC J085 Unit Price $_________ Line Item Total $__________ CLIN 3002: Replacement Parts Worn/Defective Parts. Period of Performance 1 Oct 2017 - 30 Sep 2018. PSC J085 Line Item Total $__________ CLIN 4001: Perform all maintenance and 2 periodic inspections for the following equipment: CR100, Qty 1; CR50P, Qty 1; CR Tower, Qty 1; Workstation, Qty 2; Period of Performance 1 Oct 2018 - 30 Sep 2019. PSC J085 Unit Price $_________ Line Item Total $__________ CLIN 4002: Replacement Parts Worn/Defective Parts. Period of Performance 1 Oct 2018 - 30 Sep 2019. PSC J085 Line Item Total $__________ This acquisition is a single source requirement in accordance with (IAW) FAR 13.106-1(b)(1)(i) "Soliciting from a Single Source." For purchases not exceeding the simplified acquisition threshold, Contracting Officers may solicit from one source if the Contracting Officer determines that the circumstances of the contract action deem only one source reasonably available. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The provision FAR 52.212-1 Instructions to Offerors - Commercial Items (Apr 2014) and the applicable addendum apply to this acquisition. The addendum references FAR 52.212-1(b)(8) and is hereby tailored as follows: FAR 52.212-1 Addendum SUBMISSION OF COMPLETE QUOTES: All quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation. A complete quote must include the following: Provision 52.209-5 Certification Regarding Responsibility Matters (Apr 2010) Clause 52.212-3 Offeror Reps and Certs -- Commercial Items Alt I (May 2014) Clause 52.219-28 Post-Award Small Business Program Representation (Jul 2013) Clause 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) Clause 52.222-25 Affirmative Action Compliance (Apr 1984) FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) is applicable to this acquisition and the evaluation criteria stated in paragraph (a) of the provision shall be tailored as follows: Award will be made if price can be determined fair and reasonable and offeror can be determined to be responsible. Paragraph (b) is hereby not applicable to this acquisition. Offerors shall include with their offer a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2014) and Alt I (May 2014). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2014) applies to this acquisition. The applicable addendum referencing FAR 52.212-4(c) is hereby tailored as follows: FAR 52.212-4(c) Addendum Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Administrative changes such as paying office, appropriation data, typographical errors, etc., may be changed unilaterally by the Government. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items (Jan 2014) (DEVIATION), the following clauses are applicable to this acquisition: FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) ; In addition to the clauses listed above, the following clauses and provisions are applicable to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Jul 2013); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, (Jul 2013); FAR 52.204-13, System for Award Management Maintenance (Jul 2013); FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractor Debarred, Suspended, or Proposed for Debarment, (Aug 2013); FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); FAR 52.222-25, Affirmative Action Compliance (Apr 1984); FAR 52.222-35, Equal Opportunity for Veterans (Sep 2010); FAR 52.223-5, Pollution Prevention and Right-to-Know Information, (May 2011); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation, (Apr 1984); FAR 52.237-3, Continuity of Services (Jan 1991); 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 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992); DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (May 2014); DFARS 252.223-7006 Prohibition On Storage and Disposal of Toxic and Hazardous Materials, (Apr 2012); DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests (Jun 2012); DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991); DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) AFFARS 5352.223-9001, Health and Safety on Government Installations, (Nov 2012); AFFARS 5352.242-9000, Contractor Access to Air Force Installations, (Nov 2012); The following clauses are incorporated by Full Text and amended as follows: FAR 52.217-8, Option to Extend Services (Nov 1999) is amended to add "60 days" FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) is amended in paragraph (a) to add "30 days" and "60 days", paragraph (c) is amended to add "60 Months". FAR 52.219-28, Post-Award Small Business Program Representation, (Jul 2013) shall include the following information: NAICS Code 811219 assigned to F2R2A14072A001; FAR 52.232-18, Availability of Funds (Apr 1984); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) is amended to include Internet address: http://farsite.hill.af.mil; FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-3, Alterations in Solicitation (Apr 1984) is amended to include 52.212-1 Addendum, marking 52.212-2(b) non-applicable, and adding 52.212-4(c) Addendum; FAR 52.252-4, Alterations in Contract is amended to include 52.212-4(c) Addendum; FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) is amended in paragraph (a) to add "Department of Defense Federal Acquisition Regulation Chapter 2"; FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) is amended in paragraph (b) to add "Department of Defense Federal Acquisition Regulation Chapter 1"; DFARS 252.204-7004, System for Award Management Alternate A (Feb 2014) AFFARS 5352.201-9101, Ombudsman (Apr 2014) (Mr. David E. Jones, HQ AETC/A7K, 2035 First Street West, Ste 1, Randolph AFB TX 78150-4301, commercial 210-652-7907, FAX 210-652-4652, e-mail address david.jones9@randolph.af.mil.) AETC Smoking Policy: Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 10-42, Tobacco Use in the Air Force, and its AETC Supplement 1, outline the procedures used by the Commander to control smoking in our facilities. Contractor employees are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. In Accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. This purchase will incorporate 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. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management (SAM) www.sam.gov. The quote format shall match the line items as listed above, with a monthly unit price and total line item price. Include FAR 52.212-3 Alternate I, Offer Representation and Certification with Offer. No telephonic responses will be processed. All responses must be received no later than Friday, 1 August 2014 at 2:00pm CDT. Please send quotes to SSgt Brian Brammer by e-mail brian.brammer@us.af.mil. If you have any questions please call (830) 298-5280 or send an e-mail to the above e-mail address. You may also contact the alternate POC, Mr. Charles Frerich at (830) 298-5175, or e-mail charles.frerich@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/F2R2A14072A001/listing.html)
 
Place of Performance
Address: 440 Barnes St., Laughlin AFB, Texas, 78840, United States
Zip Code: 78840
 
Record
SN03428551-W 20140719/140717235251-208aae4df6645ad85a99c8e9f1b2683e (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.