Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
MODIFICATION

51 -- Fastener Removal Kits

Notice Date
3/3/2015
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
FA8224-15-R-FastenerRemovalKits
 
Point of Contact
William G. Sholler, Phone: 8017752197, Randall W. Tobler, Phone: 8015863335
 
E-Mail Address
william.sholler@hill.af.mil, randall.tobler@us.af.mil
(william.sholler@hill.af.mil, randall.tobler@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PR: F2DGAM4246A001 Fastener Removal Kits For Pacer Classic III Program This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, - streamlined procudures for evaluation and solicitation for commercial items - 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. This solicitation is being issued using simplified acquisition procedures. This combined sysnopsis solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The Air Force intends to place a Single, Firm-Fixed Price order without discussions to the responsible offeror whose offer conforming to the Purchase Specification will be Best Value to the Government. Best Value is the most advantageous offer, price and other factors considered with the Government's stated importance of evaluation criteria. It is the Government's intent to award on an "all-or-none" basis to satisfy this requirement. This acquisition is for full and open competition, under NAICS code 336413, Size Standard 1000 employees. Proposals will be expected to specifically state that they will comply with this requirement. Schedule Of Items: Responsible quoters shall provide Firm Fixed Price (FFP) pricing for the items below: 0001: Fastener Removal Kits For Pacer Classic III. 11 Kits. Firm Fixed Price (FFP) Delivery: The Government requires delivery within 30 Days of ARC FOB: Destination - Deliverables will be inspected upon arrival Proposals must include Contractors Name, Cage Code, DUNS Number, Tax ID Number, Contact Name, Number and email address. 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 aceptable 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). Evaluation Factors: 1. Price - Offeror's must provide firm fixed pricing for all CLIN's. 2. Technical Acceptability - Means the quoter is the manufacturer or an authorized reseller, and can provide all required parts/services. Evaluation and Basis for Award: (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: This acquisition will utilize the Lowest Price Technically Acceptable (LPTA) source selection procedures. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, that is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements. Note: If a proposal receives an "Unacceptable" rating after initial evaluation and will require revisions in order to meet the technical requirement, the Government reserves the right to exclude the offeror from the competitive range. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Price, 2. Technical Acceptability. 1) Price: Offers will be ranked by price from lowest to highest then beginning with the lowest they will be evaluated to ensure they meet the technical requirements (including ARC). As soon as an offer is found that meets the requirements, the evaluation will end, and no more expensive proposals will be evaluated. 2) Technical Acceptability: Technical acceptability will be rated on an acceptable/unacceptable basis. Acceptable ratings will be given when the offerors proposal clearly meets the minimum requirements of this combined synopsis solicitation. An unacceptable rating will be given when offerors proposal does not clearly meet the minimum requirements of the combined synopsis solicitation. Technical requirements means the quoter is the manufacturer or an authorized reseller, and can provide all required parts/services. Applicable Provisions and Clauses This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations on-line at HTTPS:??www.sam.gov/portal/public/SAM/. If paragraph (j) of the provision applies, a written submission is required. 52.212-4 Contract Terms and Conditions-Commercial Items 52.211-17 Delivery of Excess Quantities52.252-2 Clauses Incorporated By Reference; FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item Mar 1989 52.247-34 F.O.B Destination NOV 1991 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns Jan 2011 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.233-3 Protest After Award AUG 1996 DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate DFARS 252.225.7036 Buy American Act - Free Trade Agreements - Balace of Payments Program DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.211-7003 Item Identification and Valuation; and DFARS 252.204-7004 System For Award Management FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive orders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 OMBUDSMAN 252.209-7997 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-DOD APPROPRIATIONS (DEVIATION 2013-O0006) (JAN 2013) 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) SAM Registration All prospective offerors must obtain a DUNS number, have an "active" Cage Code, and maintain Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM/ in order to transact business with the Government. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror. Question SUBMISSION: Questions related to this RFQ shall be received, via email, to William Sholler william.sholler@us.af.mil no later than March 6,, 2015 4:00 PM MST. It is the Contractor's responsibility to ensure that questions are received by the Contracting Department within the required timeframe. Any questions received after the time and date listed above will not be addressed. Offers are due on March 6, 2015 4:00 pm MST. Offers shall be received by ¬ March 6, 2015,4:00 pm MST to be considered for award. All offers shall be emailed directly to William Sholler william.sholler@us.af.mil with a cc copy to randall.tobler@us.af.mil. The offeror shall ensure the Contracting point of contact acknowledge 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 All current and/or future information about this acquisition, i.e, amendments, purchase specification, and Q &A's will be distributed through FBO. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-15-R-FastenerRemovalKits/listing.html)
 
Place of Performance
Address: Randolph Air Force Base, Universal City, Texas, 78150, United States
Zip Code: 78150
 
Record
SN03657013-W 20150305/150303234730-ab5142acb5b4697a00bf88c074505de4 (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.