Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
MODIFICATION

66 -- Custom Polarization Optics - SOLICITATION ADDITIONAL INFORMATION AMENDMENT #1

Notice Date
8/12/2016
 
Notice Type
Modification/Amendment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-16-Q-0330
 
Archive Date
9/6/2016
 
Point of Contact
Tabitha Haggart, Phone: 315-330-3787
 
E-Mail Address
Tabitha.Haggart@us.af.mil
(Tabitha.Haggart@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION ADDITIONAL INFORMATION AMENDMENT #1 Ammendment #1 Dated 12 August 2016 The following required provision and clause are added to the solicitation. 252.225-7000, Buy American--Balance of Payments Program Certificate 252.225-7001, Buy American and Balance of Payments Program As a result the response date is extended as follows: (b) Written quotes are due at or before 3PM, (Eastern Time 8/22/2016 Submit to: AFRL/RIKO, Attn: Tabitha Haggart, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-3787 or by email to Tabitha.Haggart@us.af.mil Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. SOLICITATION ADDITIONAL INFORMATION AMENDMENT #1 dated 12 August 2016 is posted. ________________________________________________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-16-Q-0330 is issued as a request for quotation (RFQ) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20160630. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 333314 and small business size standard is 500 employees. The contractor shall provide the items in the attached document, Attachment No. 1 List of Requirements, on a firm fixed price basis including the cost of shipping FOB Destination. The identified items reflect the salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum Government requirement; however the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics of the identified items and it will be considered for technical acceptability. The items listed may be offered on a "brand name or equal basis" pursuant to FAR 52.211-6; part numbers are provided for reference only. Technical information must be provided in sufficient detail to allow adequate and thorough technical evaluation of the proposed equal solution. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: The delivery date is 13 Weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is Rome, NY The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) (b) Written quotes are due at or before 3PM, (Eastern Time 8/17/2016 Submit to: AFRL/RIKO, Attn: Tabitha Haggart, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-3787 or by email to Tabitha.Haggart@us.af.mil Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) price; (ii) technical acceptability (iii) Past Performance All evaluation factors, when combined, are of equal importance. The Government intends to award to the lowest priced, technically acceptable offeror with acceptable past performance. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the salient physical, functional, and performance characteristics and level or quality of the products listed in Attachment #1. Technical Acceptability also includes acceptable past performance. In determining acceptable past performance AFRL/RIKO will independently obtain data regarding an offerors history of compliance with delivery schedules, order support, and general customer satisfaction on past AFRL/Information Directorate issued NC2P orders. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2016); Alternate I (Oct 2014). 252.203-7996, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2016-O0003) (OCT 2015) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 2015), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: X 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards X 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment X 52.219-28, Post Award Small Business Program Re-representation X 52.222-3, Convict Labor X 52.222-19, Child Labor-Cooperation with Authorities and Remedies X 52.222-21, Prohibition of Segregated Facilities X 52.222-26, Equal Opportunity X 52.222-36, Equal Opportunity for Workers With Disabilities X 52.222-50, Combating Trafficking in Persons X 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons X 52.225-13, Restrictions on Certain Foreign Purchases X 52.232-33, Payment By Electronic Funds Transfer-System For Award Management X 52.232-36, Payment by Third Party X 52.239-1, Privacy or Security Safeguards The following additional FAR and FAR Supplement provisions and clauses also apply: (reference FAR 12.301) X 52.204-16, Commercial and Government Entity Code Reporting X 52.204-18, Commercial and Government Entity Code Maintenance X 52.204-19, Incorporation by Reference of Representations and Certifications X 52.204-21, Basic Safeguarding of Covered Contractor Information Systems X 52.211-6, Brand Name or Equal X 52.232-40, Providing Accelerated Payments to Small Business Subcontractors X 52.247-34, FOB Destination X 252.203-7000, Requirements Relating to Compensation of Former DoD Officials X 252.203-7005, Representation Relating to Compensation of Former DoD Officials X 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. X 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls X 252.204-7011, Alternative Line Item Structure X 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting X 252.211-7003, Item Identification and Valuation Para. (c)(1)(i): None Para. (c)(1)(ii): None Para. (c)(1)(iii): None Para. (c)(1)(iv): None Para. (f)(2)(iii): None X 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations X 252.223-7008, Prohibition of Hexavalent Chromium X 252.225-7031, Secondary Arab Boycott of Israel X 252.227-7015, Technical Data--Commercial Items X 252.227-7037, Validation of Restrictive Markings on Technical Data X 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports X 252.232-7006, Wide Area Workflow Payment Instructions X 252.232-7010, Levies on Contract Payments X 252.239-7017, Notice Of Supply Chain Risk X 252.239-7018, Supply Chain Risk X 252.244-7000, Subcontracts for Commercial Items X 252.247-7023, Transportation of Supplies by Sea - Basic X 252.247-7024, Notification of Transportation of Supplies by Sea X 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. The following additional terms and conditions apply: Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-C9 All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-16-Q-0330/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN04222023-W 20160814/160812235009-a26cc1d9d588d64bb74836e6e97cc3b3 (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.