Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOLICITATION NOTICE

66 -- Tensiometer Calibrator - Tensiometer Calibrator

Notice Date
6/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/WNMRP AFMETCAL, 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
 
ZIP Code
43056-6116
 
Solicitation Number
FA2263-17-Q-0020
 
Point of Contact
Michael D Hickey, Phone: 740-788-5043
 
E-Mail Address
michael.hickey.2@us.af.mil
(michael.hickey.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule B Anticipated Delivery Locations Data Requirements Purchase Description 17M-274A-FO, rev. 2 dated 8 December 2016 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, DAC 91-13, and Defense Publication Notice (DPN) 20161222. This announcement constitutes the only solicitation. Quotes are being requested and a written request for quotation (RFQ) will not be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any). AFMETCAL at Heath OH intends to award a firm fixed price contract in accordance with FAR Part 12-Acquisition of Commercial Items, using FAR Part 13-Simplified Acquisition Procedures (SAP) in accordance with FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items, for the purchase of a Tensiometer Calibrator with technical manual, calibration certificate, product drawings, and a standard commercial warranty. The RFQ number is FA2263-17-Q-0020 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the business size standard is 1,000 employees. This RFQ is being solicited as 100% Small Business Set-Aside. Offerors are requested to provide pricing for 27 units. It is anticipated that 6 units will be purchased in FY17 with a FY18 option for up to 6 units, FY19 option for up to 3 units, and FY20 option for up to 12 units. The best estimate is that a total of 27 units will be ordered, however, there is no guarantee that all option quantities will be exercised. Products offered shall be commercial items or commercially available off-the shelf (COTS) items meeting the definitions in FAR Part 2. Items proposed shall be new units. Reconditioned, remanufactured, or used items are not acceptable and shall not be proposed. The units must meet the requirements of Purchase Description 17M-274A-FO, Revision 2, dated 8 December 2016, with a standard commercial warranty and data in accordance with DD Form 1423. The Purchase Description and requirements for data delivery on the contract data requirements list are available for download at this site. Please review ALL documents carefully. Delivery of a minimum of 1, maximum of 2 production units shall be due 180 days after receipt of award notification. Delivery of all remaining production units will be delivered every 30 days thereafter until all deliveries are complete. At least one and no more than two production units may be delivered at one time. Accelerated deliveries are not permitted unless authorized by the Contracting Officer. Units will be shipped to designated Precision Measurement Equipment Laboratories (PMELs) located throughout the U.S. (see listing of anticipated delivery locations posted at this site). Delivery shall be FOB destination. Quantities under the option years may be exercised contingent upon the availability of funds. Should option quantities be exercised, delivery of exercised units will begin 30 days after completion of CLIN 0001 Production Units or begin 90 days after exercise of option, whichever is later, with delivery being no less than one units and no more than two units delivered at one time. All units will undergo a 30 day kind, condition, and count acceptance when the units are received at delivery destination. Invoices may not be submitted in Wide Area WorkFlow (WAWF) through Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) until the units have been accepted. Offerors will be required to provide pricing for a total of 27 units. Offerors shall complete Schedule B, posted at this site, for proposed pricing. The current versions of the following provisions and clauses, both by reference or full text, apply to this acquisition and are incorporated herein: FAR 52.203-3 Gratuities; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 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:" 1. Technical. Capability of the item offered to meet the Government requirements as stated in the purchase description; and 2. Price. Award will be based on technical acceptability (acceptable or not acceptable) and then lowest total evaluated price. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this request for quotation. Technical Tradeoffs will not be made and no additional credit will be given for exceeding Government requirements as stated in the purchase description. All offeror's shall provide with their proposal: descriptive literature, brochures, and a technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed unit. The technical proposal response MUST include a written line-by-line response to each paragraph number of the purchase description and provide sufficient supporting technical literature. Solely restating the paragraphs of the purchase description or limiting the response to a simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific purchase description paragraph, you may reference that page and paragraph of the technical literature in your technical response in lieu of restating it. The total evaluated price will be calculated as follows: (1) On the basic year, the evaluated price will be the unit price proposed multiplied by the specified unit quantity (e.g. 2 EACH). (2) For the option years, the evaluated price will be the unit price proposed multiplied by the maximum quantity available on the Option CLIN. Offeror's are advised that the evaluation of options shall not obligate the Government to exercise such options. (3) The sum of all CLINs (Basic Year and Options) will represent the total evaluated price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I. Each offeror shall include a completed copy of this provision. Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) Website accessed through http://www.sam.gov/portal. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post-Award Small Business Program Rerepresentation; 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 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 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-System for Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34 F.o.b. - Destination; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEVIATION); DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION); DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders; DFARS 252.211-7003 Item Unique Identification and Valuation; DFARS 252.215-7008 Only One Offer; DFARS 252.222-7007 Representation Regarding Combating Trafficking in Persons; DFARS 252.225-7000 Buy American - Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American and Balance of Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.225-7013 Duty-Free Entry; DFARS 252.225-7031 Secondary Arab Boycott of Israel; DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism; DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; DFARS 252.227-7015 Technical Data - Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.244-7000 Subcontracts for Commercial Items; DFARS 252.247-7022 Representation of Extent of Transportation by Sea; DFARS 252.247-7023 Transportation of Supplies by Sea; AFFARS 5352.201-9101 Ombudsman - When appropriate, potential offerors may contact Ombudsman Lt. Col. Kenneth Decker, AFLCMC/AQ-AZ at Phone 937-255-5512. It is the offeror's responsibility to be familiar with the applicable provisions and clauses. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). Offerors need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items; and include a completed FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. The Government's preferred method is Online Representations and Certifications. The representations and certifications in FAR 52.212-3 fill-in MUST be completed and a copy returned with offer. This can be accomplished by registering in the System for Award Management (SAM) at https://www.sam.gov and completing the online Representations and Certifications. IMPORTANT NOTICE TO OFFERORS: All prospective awardees are required to register at SAM and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) through Wide Area WorkFlow (WAWF) e-Business Suite is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at https://wawf.eb.mil. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. 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 reserves the right to limit the number of offers reviewed for award, for efficiency purposes. The offer MUST: (1) be valid for a period of 90 days, (2) be for the item described in the purchase description, (3) be for a new unit (not reconditioned, remanufactured, or used unit), (4) be FOB Destination, (5) include a delivery schedule, (6) include copy of commercial price list, (7) include name of and be signed by an authorized company representative along with telephone number, facsimile number, and email address, (8) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (9) include a technical proposal that includes a written line-by-line response to the PD, (10) include copy of offeror's standard commercial warranty, (11) include completed Schedule B, which includes pricing for option year quantities, (12) completed FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors shall ensure information in SAM is current. The Government reserves the right to incorporate the successful offeror's technical proposal into any contract resulting from this solicitation. This will be a DO-A70 rated order. Offers are due by 17 July 2017 at 2:00 PM EDT to: Michael Hickey, AFMETCAL, 813 Irving-Wick Dr W, The Horton Bldg, Heath OH 43056-1199. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by overnight mail. Electronic submissions to michael.hickey.2@us.af.mil are permissible in a PDF compatible attachment with an original sent by overnight mail. Due to current Air Force requirements emails shall not include ZIP files. Offerors bare the risk for receipt of submitted offers being untimely. Offerors shall allow sufficient time for receipt of electronic submissions by the due date and time. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. All responsible sources may submit an offer, which if received timely shall be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FA2263-17-Q-0020/listing.html)
 
Record
SN04548267-W 20170618/170616235227-62788ada9dae1890e9dd8bd302481de7 (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.