Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOLICITATION NOTICE

70 -- AMRS CCAFS UPGRADE - AMRS SOO-TRP

Notice Date
9/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-17-Q-B-B238
 
Archive Date
10/6/2017
 
Point of Contact
Ivelisse Hernandez, Phone: 3214944394, Linda M Penuel, Phone: 321-494-7573
 
E-Mail Address
ivelisse.hernandez@us.af.mil, linda.penuel@us.af.mil
(ivelisse.hernandez@us.af.mil, linda.penuel@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Objective This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number FA2521-17-Q-B238 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95; Effective 19 Jan 17. This is a set-aside for 100% Small Business. The North American Industry Classification System (NAICS) code for this project is 334210 with a size standard of 1250 Employees. The purpose of this combined synopsis and solicitations for the purchase and delivery of Products/materials to satisfy communications requirements at Cape Canaveral AFS. ( in accordance with the attached AMRS Cape SOO-TRP ). The bid schedule and contract CLIN schedule are below Item Description Qty Unit Unit Price Total Amount CLIN MFG NSN / Part Number Description Qty U/I AMT EXTENDED PRICE 1100AA LEVITON 69586-U24 24 PORT PATCH PANEL "Brand name or equal" 2 EA 1100AB LEVITON 69586-U48 48 PORT PATCH PANEL "Brand name or equal" 3 EA 1100AC LEVITON FPC-S2PD3AC030FAB SM FIBER OPTIC PATCH CORD ST-LC -30FT "Brand name or equal" 28 EA 1100AD READYSPEC RB-A4842G FIRE RETARDANT BACKBOARD 2X4 "Brand name or equal" 26 EA 1100AE LEVITON FPC-S2PD3AB020FAB SM FIBER OPTIC PATCH CORD ST- SC-20 FT "Brand name or equal" 44 EA 1100AF LEVITON FPC-S2PD3AB015FAB SM FIBER OPTIC PATCH CORD ST- SC-15 FT "Brand name or equal" 6 EA 1100AG LEVITON FPC-S2PD3AB025FAB SM FIBER OPTIC PATCH CORD ST- SC-25 FT "Brand name or equal" 5 EA 1100AH LEVITON 43115-75P VELCRO BULK ROLL-75', PLENUM, MARRON "Brand name or equal" 1 RL 1100AJ PLATT.COM 2THHNCSTRGREX500 2 AWG TTHN STRANDED COPPER, GREEN, 500' ROLL "Brand name or equal" 1 RL 1100AK TRANSITION NETWORKS M/E-ISW-FX-01 (SM) HARDENED MINI 10/100Mbs MEDIA CONVERTER-SC TO RJ45 "Brand name or equal" 32 EA 1100AL TRANSITION NETWORKS M/E-PSW-FX-02(SM) STANDARD MINI 10/100Mbs "Brand name or equal" 32 EA 1100AM TRANSITION NETWORKS M-MCR-01 18 SLOT CHASSIS "Brand name or equal" 6 EA 1100AN L-COM NBV554 MINIATURE INDUSTRIAL ENCLOSURE "Brand name or equal" 40 EA 1100AP GARVIN JHK-32 CABLE SUPPORT J-HOOK, 2" (50 per pack) "Brand name or equal" 8 PK 1100AQ BERK-TEK PDP006AB0707 6XOS2 INDOOR PLEN FIBER OPTIC CABLE - SM "Brand name or equal" 1000 RL 1100AR INNERDUCT P-100T-1000 PLENUM RATED ORANGE INNER DUCT - 1 IN, 1000FT PER FEEL "Brand name or equal" 2 RL 1100AS SOUTHWIRE L19954 RS 485 DATA CABLE 2 TWISTED PAIR 1000 FT (L19954 SERIES) "Brand name or equal" 1 RL 1100AT LEVITON 6D460-3L CAT 6 PATCH CORD - 3FT "Brand name or equal" 20 EA 1100AU LEVITON 6D460-7L CAT 6 PATCH CORD - 7 FT "Brand name or equal" 60 EA 1100AV LEVITON 42080-2WS 2-PORT SINGLE GANG FACE PLATE "Brand name or equal" 30 EA 1100AW LEVITON 42777-1WA SINGLE GANG SURFACE MOUNT BOX "Brand name or equal" 30 EA 1100AX HP JG382A 48 PORT RJ 45 BLADE FOR HP 10508 SWITCH "Brand name or equal" 1 EA 1100AY LEVITON FPC-S2PD3AB150FAB SM FIBER OPTIC PATCH CORD ST-SC -150 FT "Brand name or equal" 2 EA 1100AZ LEVITON FPC-S2PD3AB80FAB SM FIBER OPTIC PATCH CORD ST-SC -80 FT "Brand name or equal" 1 EA 1100BA LEVITON FPC-S2PD3AB50FAB SM FIBER OPTIC PATCH CORD ST-SC -50 FT "Brand name or equal" 2 EA 1100BB LEVITON FPC-S2PD3AB30FAB SM FIBER OPTIC PATCH CORD ST-SC -30 FT "Brand name or equal" 3 EA 1100BC LEVITON FPC-S2PD3AB20FAB SM FIBER OPTIC PATCH CORD ST-SC -20 FT "Brand name or equal" 8 EA 1100BD LEVITON FPC-S2PD3AB25FAB SM FIBER OPTIC PATCH CORD ST-SC -25 FT "Brand name or equal" 2 EA 1100BE LEVITON FPC-S2PD3AB65FAB SM FIBER OPTIC PATCH CORD ST-SC -65 FT "Brand name or equal" 3 EA 1100BF LEVITON FPC-S2PD3AB120FAB SM FIBER OPTIC PATCH CORD ST-SC -120 FT "Brand name or equal" 3 EA 1100BG LEVITON FPC-S2PD3AB165FAB SM FIBER OPTIC PATCH CORD ST-SC -165 FT "Brand name or equal" 2 EA 1100BH LEVITON FPC-S2PD3AB290FAB SM FIBER OPTIC PATCH CORD ST-SC -290 FT "Brand name or equal" 2 EA 1100BJ LEVITON FPC-S2PD3AB300FAB SM FIBER OPTIC PATCH CORD ST-SC -300 FT "Brand name or equal" 2 EA 1100BK LEVITON FPC-S2PD3AB350FAB SM FIBER OPTIC PATCH CORD ST-SC -350 FT "Brand name or equal" 3 EA 1100BL LEVITON FPC-S2PD3AB400FAB SM FIBER OPTIC PATCH CORD ST-SC -400 FT "Brand name or equal" 3 EA 1100BM LEVITON 61110-BW6 CAT 6 CONNECTORS (25/PK) "Brand name or equal" 4 PK 1100BN BERK-TEK 10032093 CAT 6 CABLE- 1000 "Brand name or equal" ' 6 RL 1100BP LEVITON FPC-S2PD3AC003FAB SM FIBER OPTIC PATCH CORD ST-LC -3FT "Brand name or equal" 40 EA 1100BQ LEVITON FPC-S2PD3AC010FAB SM FIBER OPTIC PATCH CORD ST-LC -10FT "Brand name or equal" 20 EA 1100BR LEVITON FPC-S2PD3AC030FAB SM FIBER OPTIC PATCH CORD ST-LC -30FT "Brand name or equal" 12 EA 1100BS LEVITON FPC-S2PD3AC050FAB SM FIBER OPTIC PATCH CORD ST-LC -50FT "Brand name or equal" 8 EA 1100BT LEVITON FPC-S2PD3AC100FAB SM FIBER OPTIC PATCH CORD ST-LC -100FT "Brand name or equal" 8 EA 1100BU HELLERMAN TYTON T50L9M4 WHITE TIE WRAP - 1000/BG "Brand name or equal" 2 EA 1100BV LEVITON 4925C-LPM 1 RU WIRE MANAGER WITH COVER "Brand name or equal" 4 EA 1100BW LEVITON 41084-BWB QUICKPORT BLANK INSERTS (10/PK) "Brand name or equal" 5 PK 1100BX LEVITON 42080-2WS 2 PORT SINGLE GANG SURFACE MOUNT BOX "Brand name or equal" 30 EA 1100BY HOME DEPOT LN 907 LIQUID NAILS, 10oz TUBE "Brand name or equal" 15 EA 1100BZ HOME DEPOT 11K316 3/8in x 6in TOGGLE BOLT, 25 PACK "Brand name or equal" 4 EA 1100CA HOME DEPOT 20120 3/8in x 1 1/2in ZINC PLATED FENDER WASHER, CROWN BOLT (100/PK) "Brand name or equal" 2 EA 1100CB HOME DEPOT 20132 1/2" x 1-1/2" ZINC PLATED FENDER WASHER (25 /PK) "Brand name or equal" 4 PK 1100CC GREAT LAKES HBBB144164 GROUNDING BUSS BAR "Brand name or equal" 26 EA 1100CD EMERSON 4264104 CAT 6 POE SURGE PROTECTOR "Brand name or equal" 15 EA Ship to address: 45 SCS/SCXP 14680 Samuel C Phillips Cape Canaveral AFS FL 32925 Attn: Jerry Copeland Phone: 321-476-1616 Cell: 321-806-0394 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly label the item GSA or open market. Include your GSA contract number for items, as well as expiration date of the contract. *****Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.***** *FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 17) applies to this acquisition and the following addendem applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". Paragraph (a) first sentence revised as follows: " The NAICS code and small business size standard for this acquisition appear above." Paragraph (c) first sentence revised as follows: " The offeror agrees to hold the prices in its offer firm until 1 Oct 17." RFQ due date: 21 September 2017 RFQ due time: 3:00 P.M. EST Email to 45cons.lgcb.e-bids@us.af.mil or mail to: 45 th Contracting Squadron Attn: FA2521-17-Q-B238 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 THIS MUST BE SENT TO 45 CONS E-BIDS AS STATED ABOVE, OR THE ADDRESS IF MAILING. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be email to 45cons.lgcb.e-bids@us.af.mil by 1:00 P.M. EST 18 September 2017 Please provide the following information with your quote: Company Name:____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. *52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not 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 an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (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 an 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; and (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) "Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated to base upon the following: (1) Technical: quote must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable in accordance with SOO. (2) Price: Award will be made to the lowest priced technically acceptable offeror. Technical and past performance, when combined, are more importance or equal when compared to price. The item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.225-18 - Place of Manufacture. As prescribed in 25.1101 (f), insert the following solicitation provision: Place of Manufacture (Mar 2015) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. Include descriptive literature such as illustrations and drawings. FAR Provision * 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note: The vendor acknowledges that should the quote or proposal's terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 17), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-3 Gratuities (Apr 84) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 06), with Alternate I (Oct 95) 52.203-13 Contractor Code of Business Ethics and Conduct (Oct 15) 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 10) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 16) 52.204-14 Service Contract Reporting Requirements (Oct 16) 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 16) 52.204-16 Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 16) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 16) 52.207-6 Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts) (Oct 16) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 15) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Jul 13) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 15) 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award (Nov 11) 52.219-3 Alternate I (Nov 11) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 14) 52.219-4 Alternate I (Jan 11) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-6 Alternate I (Nov 11) 52.219-6 Alternate II (Nov 11) 52.219-7 Notice of Partial Small Business Set-Aside (June 03) 52.219-7 Alternate I (Oct 95) 52.219-7 Alternate II (Mar 04) 52.219-8 Utilization of Small Business Concerns (Nov 16 52.219-9 Small Business Subcontracting Plan (Jan 17) 52.219-9 Alternate I (Nov 16) 52.219-9 Alternate II (Nov 16) 52.219-9 Alternate III (Nov 16) 52.219-9 Alternate IV (Nov 16) 52.219-13 Notice of Set-Aside of Orders (Nov 11) 52.219-14 Limitations on Subcontracting (Jan 17) 52.219-16 Liquidated Damages-Subcontracting Plan (Jan 99) 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 11) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 13) 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-owned Small Business (EDWOSB) Concerns (Dec 15) 52.219-30 Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the Women-Owned Small Business Program (Dec 15) 52.222-3 Convict Labor (June 03) 52.222-17 Nondisplacement of Qualified Workers (May 14) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 16) 52.222-21 Prohibition of Segregated Facilities (Apr 15) 52.222-26 Equal Opportunity (Sep 16) 52.222-35 Equal Opportunity for Veterans (Oct 15) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 14) 52.222-37 Employment Reports on Veterans (Feb 16) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-41 Service Contract Labor Standards (May 14) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 14) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits (End of Clause) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 14) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 14) 52.222-50 Combating Trafficking in Persons (May 15) 52.222-50 Alternate I (May 15) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 14) 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 14) 52.222-54 Employment Eligibility Verification (Oct 15) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 15) *52.222-56 Compliance with Labor Laws (Executive Order 13673) (Oct 2016) *52.222-60 Paycheck Transparency (Executive Order 13673) (Oct 2016) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706) 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 08) 52.223-9 Alternate I (May 08) 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 16) (E.O.13693) 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 16) (E.O. 13693) 52.223-13 Acquisition of EPEAT-Registered Imaging Equipment (Jun 14) (E.O.s 13423 and 13514) 52.223-13 Alternate I (Oct 15) 52.223-14 Acquisition of EPEAT-Registered Television (Jun 14) (E.O.s 13423 and 13514) 52.223-14 Alternate I (Jun 14) 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 07) 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 07)Acquisition of EPEAT-Registerred Personal Computer Products (Oct 15) 52.223-16 Alternate I (Jun 14) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.224-3 Privacy Training (Jan 17) (5 U.S.C. 552a) 52.224-3 Alternate I (Jan 17) 52.225-1 Buy American Act-Supplies (May 14) 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act (May 14) 52.225-3 Alternate I (May 14) 52.225-3 Alternate II (May 14) 52.225-3 Alternate III (May 14) 52.225-5 Trade Agreements (Oct 16) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States (Mar 08) 52.225-26 Contractors Performing Private Security Functions Outside the United States (Oct 16) 52.226-4 Notice of Disaster or Emergency Area Set-Aside (Nov 07) 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 07) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations. (May 14) 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02) 52.232-30 Installation Payments for Commercial Items (Oct 17) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.232-34 Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 13) 52.232-36 Payment by Third Party (May 14) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 52.237-11 Accepting and Dispensing of $1 Coin (Sep 08) 52.239-1 Privacy or Security Safeguards (Aug 96) 52.242-5 Payments to Small business Subcontractors (Jan 17) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 06) 52.247-64 Alternate I (Apr 03) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7003 Agency Office of the Inspector General (Dec 12) *252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) *252.204-7008 Compliance with Safegarding Defense Information Controls (Oct 16) 252.204-7009 Limitations on the Use or Disclousre of Third-Part Contractor Information (Oct 16) *252.204-7011 Alternative Line Item Structure (Sep 11) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 16) *252.204-7013 Limitations on the Use or Disclosure of Information by Litigation Support Solicitation Offerors (May 16) 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors (May 16) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16) 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 91) *252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation Under Any Federal or State Law (Deviation 2012-0007) (Date 12) *252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2012-O0004) (Jan 12) 252.211-7003 Item Identification and Valuation (Mar 16) 252.211-7006 Passive Radio Frequency Identification (Jun 16) 252.211-7007 Reporting of Gov't Furnished Property (Aug 12) 252.211-7008 Use of Government-Assigned Serial Numbers (Sep 10) *252.212-7002 Pilot Program for Acquisition of Military Purpose Nondevelopmental Items (Jun 16) 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluation (Jun 15) *252.215-7003 Requirement for Data Other Than Certified Cost or Pricing Data-Canadian Commercial Corporation (Jul 12) *252.215-7004 Requirement for Data Other Than Certified Cost or Pricing Data-Modifications--Canadian Commercial Corporation (Oct 13) *252.215-7007 Notice of Intent to Resolicit (Jun 12) *252.215-7008 Only One Offer (Oct 13) *52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (Oct 10) *52.215-20 Alternate IV (Oct 10) *252.219-7000 Advancing Small Business Growth (Sep 16) 252.219-7003 Small Business Subcontracting Plan (DoD contracts) (Mar 16) 252.219-7003 Alternate I (Mar 16) 252.219-7004 Small Business Subcontracting Plan (Test Program) (Oct 14) *252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 15) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) *252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 14) *252.225-7000 Alternate I (Nov 14) 252.225-7001 Buy American and Balance of Payments Program (Dec 16) 252.225-7001 Alternate I (Dec 16) 252.225-7006 Acquisition of the American Flag (Aug 15) 252.225-7008 Restriction on Acquisition of Specialty Metals (Mar 13) 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals (Oct 14) *252.225-7010 Commercial Derivative Military Article-Specialty Metals Compliance Certificate (Jul 09) 252.225-7012 Preference for Certain Domestic Commodities (Dec 16) 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (Jun 05) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Jun 11) 252.225-7017 Photovoltaic Devices (Dec 16) *252.225-7018 Photovoltaic Devices - Certificate (Jan 16) *252.225-7020 Trade Agreements Certificate (Nov 15) *252.225-7020 Alternate I (Nov 14) 252.225-7021 Trade Agreements (Dec 16) 252.225-7021 Alternate II (Dec 16 *252.225-7023 Preference for Products or Services from Iraq or Afghanistan (Sep 13) 252.225-7024 Requirement for Products or Services from Iraq or Afghanistan (Sep 13) 252.225-7026 Acquisition Restricted to Products or Services from Iraq or Afghanistan (Sep 13) 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales (Apr 03) 252.225-7028 Exclusionary Policies and Practices of Foreign Governments (Apr 03) 252.225-7029 Acquisition of Uniform Components for Afghan Military or Afghan National Police (Sep 13) *252.225-7031 Secondary Arab Boycott of Israel (Jun 05) *252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Nov 14) *252.225-7035 Alternate I (Nov 14) *252.225-7035 Alternate II (Nov 14) *252.225-7035 Alternate III (Nov 14) *252.225-7035 Alternate IV (Nov 14) *252.225-7035 Alternate V (Nov 14) 252.225-7036 Buy American Act--Free Trade Agreements Balance of Payments Program (Dec 16 252.225-7036 Alternate I (Dec 16) 252.225-7036 Alternate II (Dec 16) 252.225-7036 Alternate III (Dec 16) 252.225-7036 Alternate IV (Dec 16) 252.225-7036 Alternate V (Dec 16) *252.225-7037 Evaluation of Offers for Air Circuit Breakers (Jun 05) 252.225-7038 Restriction on Acquisition of Air Circuit Breakers (June 05) 252.225-7039 Defense Contractors Performing Private Security Functions Outside the United States (Jun 16) 252.225-7040 Contractor personnel authorized to accompany U.S. Armed Forces deployed outside the United States (Oct 15) Also see DoD Class Deviations 2015-O0009 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States (Jun 15) *252.225-7049 Prohibition on Acquisition of commercial Satellite Services form Certain Foreign Entities-Representations (Oct 15) *252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Oct 15) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 04) 252.227-7013 Rights in Technical Data--Noncommercial Items (Feb 14) 252.227-7013 Alternate I (Jun 95) 252.227-7013 Alternate II (Mar 11) 252.227-7015 Technical Data--Commercial Items (Feb 14) 252.227-7015 Alternate I (Dec 11) 252.227-7037 Validation of Restrictive Markings on Technical Data (sep 16) 252.229-7015 Taxes--Foreign Contracts in Afghanistan (North Atlantic Treaty Organization Status of Forces Agreement) (Dec 15) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card (Dec 06) 252.232-7010 Levies on Contract Payments (Dec 06) 252.232-7011 Payments in Support of Emergencies and Contingency Operations (May 13) *252.232-7014 Notification of Payment in Local Currenty (Afghanistan) (Sep 14) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 13) 252.237-7019 Training for Contractor Personnel Interacting with Detainees (Jun 13) *252.239-7009 Representation of Use of Clud Computing (Sep 15) 252.239-7010 Cloud Computing Services (Sep 15) 252.239-7017 Notice of Supply Chain Risk (Nov 13) 252.239-7018 Supply Chain Risk (Oct 15) 252.243-7002 Requests for Equitable Adjustment (Dec 12) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.246-7003 Notification of Potential Safety Issues (Jun 13) 252.246-7004 Safety of Facilities, Infrastructure, & Equipment for Military Operations (Oct 10) 252.246-7008 Sources of Electronic Parts (oct 16) 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (Jun 13) 252.247-7022 Representation of Extent of Transportation by Sea (Aug 92) 252.247-7023 Transportation of Supplies by Sea (Apr 14) 252.247-7023 Alternate I (Apr 14) 252.247-7023 Alternate II (Apr 14)252.247-7024 Notification of Transportation of Supplies by Sea (Mar 00) 252.247-7025 Reflagging or Repair Work (Jun 05) *252.247-7026 Evaluation Preference for Use of Domestic Shipyards - Applicable to Acquisition of Carriage by Vessel for DoD Cargo in the Coastwise or Noncontiguous Trade (Nov 08) 252.247-7027 Riding Gang Member Requirements (Oct 11) 252.247-7028 Application for U.S. Government Shipping Documentation/Instructions (Jun 12) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. The full text of these clauses and (*)provisions may be assessed electronically at the website: http://farsite.hill.af.mil. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Attachments: (1) AMRS Cape-SOO-TRP
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-17-Q-B-B238/listing.html)
 
Place of Performance
Address: 45 SCS/SCXP, 14680 Samuel C Phillips, Cape Canaveral AFS FL 32925, Cape Canaveral AFS, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04679371-W 20170917/170915231142-73211701c3fe39a503d3eb5403829af8 (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.