Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
MODIFICATION

17 -- Hydraulic Fluid Purification Cart and Tester for the F-16 Aircraft.

Notice Date
9/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8201-14-R-Hydraulic_Fluid_Purification_Cart
 
Point of Contact
Gregory G. Hales, Phone: 801-586-2186, Hideo J Mera, Phone: 801-777-4626
 
E-Mail Address
gregory.hales.2@us.af.mil, hideo.mera.2@us.af.mil
(gregory.hales.2@us.af.mil, hideo.mera.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Extended Solicitation Close date to 1000 19 Sep 2014 Combined Synopsis/Solicitation (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: FA8201-14-R- Hydraulic_Fluid_Purification_Cart This solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-76. (iv) Contracting Officer's Business Size Selection: 100% SB Set-Aside NAICS Code: 334519 Small Business Size Standard: 500 Employees (v) CLIN Nomenclature UI QTY 0001-AA Hydraulic Fluid Purification Cart for F-16 aircraft EA 1 0002-AA Hydraulic Fluid Tester for F-16 aircraft EA 1 0003-AA Printer Paper EA 5 0004-AA Sample Bottle EA 20 0005-AA Ultrasonic Bath EA 1 0006-AA Compressor Kit EA 1 0007-AA Serial Interface Cable EA 1 0008-AA Line Filter Insert EA 2 0009-AA Calpods-ISO Software, Calibration, Full ISO 11171 EA 1 (vi) Description of item(s) to be acquired: The contractor shall provide requested products to the 388th MXG/AMXS located at Hill AFB, Utah. Please reference the attached document for detailed specifications. (vii) Dates and Place of Delivery: Delivery is to be completed within 30 days After Date of Contract (ADC). FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. All quotes and supporting documentation must be sent to Greg Hales by email, Gregory.Hales.2@us.af.mil or mailed to 6038 Aspen Avenue, Bldg 1289 NE, Hill AFB, UT 84056. Quotes are required to be received no later than 1000 MST, 19 September, 2014. Submit quotations on company letterhead or pricing documents; contractor format acceptable. Quotations must include as a minimum: 1. The solicitation 2. The time specified in the solicitation for receipt of offerors 3. The name, address, telephone number and Cage Code of the offeror 4. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; 5. Terms of any express warranty; 6. Price and discount terms: Net30; 7. "Remit to" address, if different than mailing address; 8. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. The government reserves the right to make award on the initial quote without discussions. (ix) 52.212-2: Evaluation -- Commercial Items (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) price; (ii) technical capability will be based on the following: compliance with the specifications detailed in the solicitation (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications.. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) 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. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) 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. (xii) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) 52.222-54, Employment Eligibility Verification (Jul 2012). 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xiii) Additional Contract Requirement or Terms and Conditions: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.204-10 Reporting Executive Compensation and First-Tier Subcontractor Awards (Jul 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or proposed for Debarment (Aug 2013) (31 U.S.C. 6101) 52.219-6 Notice Of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor Law (IAW FAR 22.202) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1)) (Jun 2003 Feb 1999) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1 Buy American Act - Supplies (IAW FAR 25.1101(b)(1)(i)) (Jun 1998 Jun 2003) 52.225-13 Restrictions on Certain Foreign Purchases (IAW FAR 25.1103(a)) (Dec 2003) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.323-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION(IAW FAR 32.1110(a), (a)(1), (b), and (e)(1)) OCT 2003 (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items. 52.247-34 F.O.B. Destination (Nov 1991) 52.252-2 CLAUSES INCORPORATED BY REFERENCE(IAW FAR 52.107(b)) 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/these address(es): http://farsite.hill.af.mil. 52.252-6 Authorized Deviations in Clauses Apr 1984 Other DFARS Clauses and Provisions 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM(IAW DFARS 225.1101(2)) MAR 1998 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUB CONTRACTORS APR 2003 ELECTRONIC SUBMISSION OF PAYMENT REQUEST JAN 2004 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT MAR 2003. The Government reserves the right to award on a multiple award or an all or none basis. 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (May 2013) Detail will be provided at contract award. 5352.201-9101 OMBUDSMAN (NOV 2012) (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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Mr Kevin Flinders AFMC OL_H/PZC 801-777-6549, kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Proposal Submission Information: All quotes must be sent to Greg Hales by electronic mail, Gregory.Hales.2@us.af.mil or mailed to 6038 Aspen Avenue, Bldg 1289 NE, Hill AFB, UT 84056. Quotes are required to be received no later than 1000 MST, 19 September, 2014. (xvi) For additional information regarding the solicitation contact Greg Hales at 801-586-2186. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201-14-R-Hydraulic_Fluid_Purification_Cart/listing.html)
 
Place of Performance
Address: Hill AFB, UT, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03518321-W 20140920/140918235902-c082fc6655de4d0661ceab7f8ba32b81 (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.