Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
MODIFICATION

23 -- Tuber Trailer Retesting - SOW (revised 18 Jan 2016)

Notice Date
1/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-17-R-0009
 
Archive Date
2/1/2017
 
Point of Contact
Emmeline Spaulding, Phone: 9375224595
 
E-Mail Address
emmeline.spaulding@us.af.mil
(emmeline.spaulding@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised SOW. The original attachment was missing a page SOW attachment is replaced due to a missing page, Quote due date is changed FROM: 2:00 PM 26 Jan 2016 TO: 2:00 PM 31 Jan 2016 SOLICITATION This is a synopsitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, Acquisition of Commercial Items, FAR Subpart 13.3 and as supplemented with additional information included in this solicitation. The Government reserves the right to award without discussions or make no award at all depending upon the quality and price reasonableness of offers received. This is a Request for Quote (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-94, Effective 19 Jan 2017 ; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20161222, Effective 22 Dec 2016 ; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2016-0603, effective 3 Jun 2016. This solicitation document is a Small Business Set-Aside under the NAICS code for this acquisition is 541380, Testing Laboratories, and the associated small business size standard is: $15,000,000. Electronic submissions will be accepted at emmeline.spaulding@us.af.mil by 31 January 2017 by 2:00 PM Eastern Address questions regarding this solicitation to via e-mail at emmeline.spaulding@us.af.mil. This requirement is for Retesting for seventeen (17) compressed gas semi trailers as per DOT title 49 parts 100-199. We have three sizes, consisting of four tubes (44k CF), seven tube (66K CF), and thirty-eight tube (55KF) trailers as specified in the attached Requirements document. See attached document titled: "Requirements" for specifications. Period of Performance: contract award through 3 years ADC Delivery Destination: USAFSAM/FHT Wright Patterson AFB, OH 45433 FOB: Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) (Jan 2001) INSPECTION AND ACCEPTANCE: Both inspection and acceptance will be by the Government at Destination. The entire proposal must be contained in a single email, unless otherwise approved, and not exceed five (5) megabytes inculding attachments. E-mails with compressed files will not be accepted. Note that email filters at Wright-Patterson Air Force Base are designed to filter emails without suject lines or with suspicious subject lines or contents (ie..exe or.zip files). Therefore, if the specified suject line is not included, the email may not get through thte email filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with emails, ensure only.pdf,.doc,.docx,.xls, or xlsx documents are sent. The email filter may delete any other form of attachments. The Government will award a BPA 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: Tehcnical Capability and Price. The price lists may be in any format but MUST include: •1. Proposing company's name, address, DUNS number, Cage Code, and TIN •2. Point of Contact's name, phone and email •3. Quotation number & date •4. Timeframe that the quote is valid •5. Individual item price •6. Total price including shipping (Net 30), No Progress Payments •7. Shipping (FOB Destination) •8. Delivery Schedule •9. Completed copy of FAR 52.212-3 Alternate I (attached) •10. Completed copy of FAR 252.209-7991 (attached) IMPORTANT NOTICE TO CONTRACTORS: It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following FAR provisions are incorporated into the solicitation. FAR 52.252-1-Solicitation Provisions Incorporated by Reference (Feb 1998): This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR 52.252-2-Clauses Incorporated by Reference (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/ FAR 52.252-5-Authorized Deviations in Provisions (April 1984): (a) The use in this solicitation of any Federal Acquisition Regulation (FAR) (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses (April 1984). As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert '(DEVIATION)' after the date of the clause. AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of '(DEVIATION)' after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Suplement (48CFR Chapeter 2 ) clause with an authorized deviation is indicated by the addition of '(DEVIATION)' after the name of the regulation. FAR 52.203-3, Gratuities (Apr 1984) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.204-7, System for Award Management (July 2003) FAR 52.204-13, System for Award Management Maintenance (July 2013) FAR 52.204-16, Commercial and Government Entity Code Reporting (July 2015) FAR 52.204-18, Commercial and Government Entity Code Maintenance (July 2015) FAR 52.209-5, Certification Regarding Responsibility of Matters (Oct 2015) FAR 52.219-6, Notice of Total Small Buisness Set Aside (Nov 2011) FAR 52.219-13, Notice of Set Aside Orders (Nov 2011) FAR 52.232-36, Payment by Third Party (Feb 2010) FAR 52.232-39 Unenforceability of Unauthorized Obligations (July 2013) FAR 52.232.40, Provinding Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.212-1 -Instructions to Offerors-Commercial Items (Apr 2014) FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I (April 2016) An offeror shall complete only paragraphs (b) of this provision (below) if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov and shall return 52.212-3(b) below completed with its offer. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete and submit with its offer only paragraphs 52.212-3(c) through (o) of the provision at FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I which can be downloaded from the "FARSite" at http://farsite.hill.af.mil. FAR 52.212-4 -Contract Terms and Conditions-Commercial Items (May 2015) is incorporated into this solicitation. FAR 52.212-5 -Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items (Jun 2016) is incorporated into this solicitation and the resulting contract. FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government (Oct 1995) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) FAR 52.209-10, Prohibition of Contracting with Inverted Domestic Corporations (May 2012) FAR 52.219-8, Utilization of Small Business Concerns (Oct 2014) FAR 52.209-6, Protecting the Government' interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.219-28, Post Award Small Business Program Representation (July 2013) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) FAR 52.222-21, Prohibition of Segregated Facilities (April 2015) FAR 52.222-26, Equal Opportunity (April 2015) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Affirmative Action for Workers With Disabilities (July 2014) FAR 52.222-37, Employment Reports on Veterans (February 2016) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (December 2010) FAR 52.222-50, Combating Trafficking in Persons (March 2015) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jun 2013) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.222-22, Previous Contractrs and Compliance Reports (Feb 1999) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.229-3, Federal, State, and Local Taxes (Feb 2013) FAR 52.233-2, Service of Protest (Sep 2006) FAR 52.242-13, Bankruptcy (July 1995) FAR 52.247-34, FOB Destination (Nov 1991) The following DFARS provisions are incorporated into the solicitation. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sept 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sept 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation (DEVIATION 2017-00001) (Nov 2016) •(a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2017 (Pub. L. 114-223), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign 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 prohibition in paragraph (a) of this provision 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. •(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity 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. (End of provision) DFARS 252.203-7995, Prohibition on Contractig with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2017-00001) (Nov 2016) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7008, Compliance with Safegaurding Coverd Defense Information Controls (Dec 2015) DFARS 252.204-7012, Safegaurding of Unclassified Controlled Technical Information (Nov 2013) 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. (DEVIATION 2016-00002) (Oct 2015) DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) DFARS 252.211-7008, Use of Government Assigned Serial Numbers (Sep 2010) DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (Oct 2015) DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons (Jan 2015) DFARS 225.223-7008, Prohibition of Hexavalent Chromium (June 2013) DFARS 252.225-7001, Buy American Act and Balance of Payment Programs (Nov 2014) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2012) DFARS 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013) DFARS 252.225-7048, Export-Controlled Items (June 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions, (May 2013) (a) Definitions. As used in this clause - Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall - (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ( Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead. ) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ( Contracting Officer: Insert inspection and acceptance locations or "Not applicable." ) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (Contracting) fficer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable." (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ( Contracting Officer: Insert applicable email addresses or "Not applicable." ) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. ( Contracting Officer: Insert applicable information or "Not applicable." ) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. DFARS 252.232-7009, Mandatory Payment by Government wide Commercial Purchase Card (Dec 2006) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.243-7002, Requests for Equitable Adjustment (Dec 2012) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea, with its Alternate I & II (Apr 2014) DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following AFFARS provisions are incorporated into the solicitation. AFFARS 5352.201-9101, Ombudsman (Apr 2014) (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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM Ombudsmen, Primary: Lt Col Kenneth L. Decker Jr., Deputy Director, Acquisition Excellence Directorate, AFLCMC/AQ 1790 10th Street, Bldg 572, Rm 101 Wright-Patterson AFB, OH 45433 Tel: 937-255-5512 Fax: 937-255-7916 E-mail: kenneth.decker.1@us.af.mil Alternate: Ms. Jill Willingham-Allen, AFLCMC/AQP 1790 10th Street, Bldg 572, Rm 101 Wright-Patterson AFB, OH 45433-7630 Tel: 937-255-5472 Fax: 937-255-7916 E-mail: jill.willinghamallen.1@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman 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) 256-2395, 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. AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) ( May 1996) SPS STMNT NBR 12 : Level 1 Antiterrorism (AT) Awareness Training This SPS Statement highlights the availability of Level I Antiterrorism training for contractors and their employees who perform sevices on WPAFB IMPORTANT NOTICE TO: ALL CONTRACTORS WORKING ON WRIGHT-PATTERSON AFB, OHIO LEVEL 1 ANTITERRORISM (AT) AWARENESS TRAINING As members of "Team Wright-Patt" contractors and their employees are subject to the same or greater risk of becoming a victim in a terrorist act or inadvertentrly providing terrorists with a means to target Wright-Patterson Air Force Base. The Department of Defense (DoD) Standard 22 mandates that Air Force OFFER Level I AT Awareness Training to all contractors and their employees, under the terms and conditions specified in this contract. You and your employees are strongly encouraged to complete this computer based AT Awareness Training found at http://jko.jten.mil/courses/at11/launch.html. Attachments: •1. Statement of Work (revised 18 Jan 2016) •2. FAR 52.212-3 •3. DFARS 252.209-7991 SOW attachment is replaced due to a missing page, Quote due date is changed FROM: 2:00 PM 26 Jan 2016 TO: 2:00 PM 31 Jan 2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-17-R-0009/listing.html)
 
Place of Performance
Address: wpafb ohio, wpafb, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04374379-W 20170120/170118234639-880980f3b080257d001fbc6b425cd9e4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.