Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOLICITATION NOTICE

77 -- Sousaphones - CLIN

Notice Date
4/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339992 — Musical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
 
ZIP Code
62225-5037
 
Solicitation Number
FA4407-18-Q-2012
 
Archive Date
5/12/2018
 
Point of Contact
Joshua M King, Phone: 6182569279, Freddie Kincaid, Phone: 6182569277
 
E-Mail Address
joshua.king.36@us.af.mil, freddie.kincaid.2@us.af.mil
(joshua.king.36@us.af.mil, freddie.kincaid.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CLIN The 375th Contracting Squadron (PKB2) at Scott AFB, IL is contemplating an award for sousaphones at Scott AFB, IL. This is a commercial purchase using Federal Acquisition Regulation (FAR) Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is FA4407-18-Q-2012; it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-95 effective 13 January 2017, and the Defense Federal Acquisition Regulation Supplement DPN 20161222 Edition. (iv) This acquisition is being solicited as a 100% Small Business Set Aside Federal Business Opportunities webpage FedBizOpps under North American Industry Classification System (NAICS) code 339992; Musical Instrument Manufacturing. The small business size standard is 1,000 employees. The Product Service Code (PSC) for this acquisition will be 7710; Musical Instruments.   (v) Contract Line Item Number(s) CLINS: See Attached   (vi) Description of requirements: Four USAF Band of Mid-America Jupiter JSP1100S Quantum Series Model Silver BBb Sousaphones (or equivalent). (vii) The Government desires FOB Destination, Scott AFB, IL. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. The following clauses are by reference: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (P) FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (C) FAR 52.204-7 System for Award Management (P) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (C) FAR 52.204-13 System for Award Management Maintenance (C) FAR 52.204-16 Commercial and Government Entity Code Reporting (C) FAR 52.204-17 Ownership or Control of Offeror (P) FAR 52.204-18 Commercial and Government Entity Code Maintenance (C) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (C) FAR 52.204-22 Alternative Line Item Proposal (P) FAR 52.209-2-Prohibition on Contracting with Inverted Domestic Corporations- Representation (C) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. (C) FAR 52.212-1 Instructions to Offerors- Commercial Items (P) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. (P) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (C) FAR 52.219-6 Notice of Total Small Business Set-Aside (C) FAR 52.222-3 Convict Labor (C) FAR 52.222-19 Child Labor---Cooperation with Authorities and Remedies. (C) FAR 52.222-21 Prohibition of Segregated Facilities (C) FAR 52.222-26 Equal Opportunity (C) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (C) FAR 52.222-50 Combating Trafficking in Persons. (C) FAR 52.223-18 Encouraging Contractor Policies to ban Text Messaging while Driving (C) FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Prepresentation (P) FAR 52.225-3 Buy American Act -- Free Trade Agreements -- Israeli Trade Act.(C) FAR 52.225-13 Restrictions on Certain Foreign Purchases (C) FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (C) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (C) FAR 52.233-3 Protest after Award (C) FAR 52.233-4 Applicable Law for Breach of Contract Claim (C) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (C) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (C) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (C) DFARS 252.225-7048 Export Controlled Items (C) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (C) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (C) DFARS 252.232-7010 Levies on Contract Payments (C) DFARS 252.244-7000 Subcontracts for Commercial Items (C) DFARS 252.247-7023 Transportation of Supplies by Sea (C) AAFARS 5352.201-9101 Ombudsman (C) The following clauses are full text: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 5352.201-9101, Ombudsman (Apr 2014) 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, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Mr. Gregory S. Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) The following provisions are full text: 52.252-1 Solicitation Provision Incorporated by Reference. 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. 52.204-20 - Predecessor of Offeror As prescribed in 4.1804(d), insert the following provision: Predecessor of Offeror (July 2016) (a) Definitions. As used in this provision-- "Commercial and Government Entity (CAGE) code" means-- (1) An identifier assigned to entities located in the United States and its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. "Predecessor" means an entity that is replaced by a successor and includes any predecessors of the predecessor. "Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. (b) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (c) If the Offeror has indicated "is" in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ________ (or mark "Unknown"). Predecessor legal name: ______________________________. (Do not use a "doing business as" name). (End of provision) 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. As prescribed in 9.104-7(d), insert the following provision: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (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) 52.212-2 -- Evaluation -- Commercial Items. Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation using FAR Part 13 procedures 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: - Technical Capability of the item offered to meet the Government requirement. - Price - Past performance REAL ID ACT INFORMATION SHEET Passed by Congress in 2005, the REAL ID Act enacted the 9/11 Commission's recommendation that the Federal Government "set standards for the issuance of sources of identification, such as driver's licenses." The Act established minimum security standards for state-issued driver's licenses and identification cards and prohibits Federal agencies from accepting for official purposes licenses and identification cards from states that do not meet these standards. The following states/territories have an extension, allowing driver's licenses until 10 Oct 2017. At midnight on 9 Oct 2017, Scott AFB will no longer accept licenses from these states: These states have received a grace period of 22 Jan 2018. Louisiana, Michigan, Rhode Island, Massachusetts, Virgin Islands, N. Dakota, N. Marianas, New York, N. Carolina, New Hampshire, Puerto Rico, Idaho, New Jersey, Am. Samoa, Illinois, Guam, California, Maine, Montana, Alaska, Virginia, Oklahoma, Pennsylvania, Kentucky, Washington, S. Carolina, Missouri, Minnesota, Oregon. The following states/territories are compliant with the REAL ID Act: Alabama, Hawaii, Nevada, Arizona, Indiana, S. Dakota, Colorado, Iowa, Tennessee, Connecticut, Kansas, Utah, Delaware, Maryland, Vermont, DC, Mississippi, West Virginia, Florida, Nebraska, Wisconsin, Georgia, Ohio, Wyoming,Arkansas, New Mexico, Texas Below are acceptable forms of identification for identity proofing for access to Scott AFB if you do not have an Enhanced Driver's License: - United States Passport or Passport Card, not expired - Driver's License or other state photo ID card issued by DMV or equivalent, IAW REAL ID enforcement schedule - An ID card issued by Federal, State or local government agencies with the all the required REAL ID Act information - Personal Identification Verification (PIV) card issued by Federal Government - Veterans Health Identification Card issued by U.S. Department of Veterans Affairs - Interoperable (PIV-I) cards issued by No-Federal Government entities - Certificate of Naturalization/ Certificate of Citizenship (form N-550) - Permanent Resident Card/Alien Registration Receipt Card (Form I-551) - DHS "Trusted Traveler" Cards (Global Entry, NEXUS, SENTRI, FAST) - Border Crossing Card (Form DSP-150) - An employment authorization document that contains a photograph (Form I-766) - U.S. Coast Guard Merchant Mariner Cards Credentials - U.S. Permanent Resident Card (Form I-551) - U.S. Refugee travel document or other travel document or evidence of immigration status issued by DHS containing a photograph - A Foreign Government Issued Passport - US Military ID (including retirees and dependents) - Transportation Worker Identification Credential (TWIC) Please contact Pass and Registration at (618) 256-3020/ 2008 if you have any questions or need additional information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/FA4407-18-Q-2012/listing.html)
 
Place of Performance
Address: 900 Chapman Drive, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN04897925-W 20180425/180423230648-71ff0559cd87057dd0f9b69f788ad51c (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.