Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOLICITATION NOTICE

W -- Portable Phillips Achieva MRI Imaging Trailer Rental - Brand Name J&A

Notice Date
7/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532299 — All Other Consumer Goods Rental
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T4AS6132A002
 
Archive Date
8/16/2016
 
Point of Contact
Rosa W. Johnson, Phone: 8508820338
 
E-Mail Address
rosa.johnson.1@us.af.mil
(rosa.johnson.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification & Approval The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for the purchase of a BRAND NAME ONLY - Portable MRI Imaging Trailer Rental Phillips Achieva 1.5 T. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 13.5 Test Program for Certain Commercial Items, and supplemented by; FAR Part 8, Required Sources of Supplies and Services, FAR Part 12, Acquisition of Commercial Items, and 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 announcement constitutes the only solicitation. The announcement number is F1T4AS6132A002. The North American Industry Classification System (NAICS) code for this acquisition is 532299 with a size standard of $7.5M. This is a small business set-aside; please identify your business size in your response based upon this standard. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made to the lowest priced offeror that meets the minimum requirement or presents the best value to the government. Offeror will be evaluated in accordance with FAR 13.106-2(b). 1. Requirement: BRAND NAME ONLY CLIN 0001: Portable MRI Imaging Trailer Rental Phillips Achieva 1.5 T running R5 software Quoted price should include FOB Destination. The 96 MDG requires this rental for six months with a start date of 5 September 2016. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-84 effective 05 October 2015. The following provisions and clauses are applicable: • FAR 52.204-7, System for Award Management • FAR 52.212-1, Instructions to Offerors - Commercial • FAR 52.212-3, Offeror Representations and Certifications • FAR 52.212-4, Contract Terms and Conditions - Commercial Items • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items • FAR 52.219-28, Post-Award Small Business Program Representation; • FAR 52.222-3, Convict Labor; • FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 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 52.222-50, Combating Trafficking in Persons • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors • FAR 52.247-34, F.O.B Destination • FAR 52.252-2, Clauses Incorporated by Reference: http://farsite.hill.af.mil/;  DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials • DFARS 252.204-7003, Control of Government Personnel Work Product • DFARS 252.204-7004 Alt A, System for Award Management (52.204-7) Alt A • DFARS 252.204-7011, Alternative Line Item Structure • DFARS 252.204-7012, Safeguarding of Unclassified controlled Technical Information • DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors • DFARS 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations • DFARS 252.209-7998, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law • DFARS 252.211-7003, Item Identification and Valuation • DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. • DFARS 252.223-7008, Prohibition of hexavalent Chromium • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7048, Export-Controlled Items • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.232-7006, Wide Area Work Flow Payment Instructions • DFARS 252.232-7010, Levies on Contract Payments • DFARS 252.244-7000, Subcontracts for Commercial Items • DFARS 252.247-7023, Transportation of Supplies by Sea • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (C);N/A Incorporated by full text: • AFFARS 5352.201-9101, Ombudsman (C): (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/DRU or AFISRA ombudsmen, Col Evan C. Dertien, AFTC/CV, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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); • DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls As prescribed in 204.7304(a), use the following provision: COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) (a) Definitions. As used in this provision- "Controlled technical information," "covered contractor information system," and "covered defense information" are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. (b) The security requirements required by contract clause 252.204-7012, Covered Defense Information and Cyber Incident Reporting, shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. (c) If the Offeror proposes to deviate from any of the security requirements in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations, http://dx.doi.org/10.6028/NIST.SP.800-171 that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD CIO, a written explanation of- (1) Why a particular security requirement is not applicable; or (2) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (d) An authorized representative of the DoD CIO will approve or disapprove offeror requests to deviate from NIST SP 800-171 requirements in writing prior to contract award. Any approved deviation from NIST SP 800-171 shall be incorporated into the resulting contract. (End of provision) • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has Considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority Responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Please provide a response to clause DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. There will be a site visit held at Eglin AFB at 9:30 am on Thursday, 28 July 2016. Please email rosa.johnson.1@us.af.mil if your company will be attending the site visit and I will coordinate the base passes. All base passes must be processed 3 days prior, 25 July 2016. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. Evaluations will be made on the basis of lowest price offer that meets the minimum requirement or presents the best value to the government. Any questions must be received by 4:00 P.M. Central Standard Time on 21 July 2016. Responses will be posted by 4:00 P.M. Central Standard Time on 26 July 2016. All responses must be received no later than 12:00 P.M., Central Standard Time on 1 August 2016. Send all questions and packages via email to SrA Rosa Johnson at rosa.johnson.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee197d7788776f8e165f303dd0ea2e89)
 
Place of Performance
Address: 307 Boatner Road STE 1, Eglin AFB, Florida, 32541, United States
Zip Code: 32541
 
Record
SN04182764-W 20160716/160714234939-ee197d7788776f8e165f303dd0ea2e89 (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.