Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOLICITATION NOTICE

17 -- A-10 Maintenance Stands - RFQ ATTACHMENTS

Notice Date
11/7/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA487720Q0074
 
Archive Date
12/7/2019
 
Point of Contact
Breysi Stephens, Phone: 5202283598, Rachelle L Jenkins, Phone: 5202283095
 
E-Mail Address
breysi.stephens@us.af.mil, rachelle.jenkins.3@us.af.mil
(breysi.stephens@us.af.mil, rachelle.jenkins.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBO Synopsis Attachment 2 - Pricing CLIN Schedule Attachment 1 - Product Minimum Characteristics COMBINED SYNOPSIS/SOLICIATION ‘COMBO': A-10 Aircraft Maintenance Stands (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA4877-20-Q-0074 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06 effective 10 Oct 2019. The DFARS provisions and clauses are those in effect to DPN 20190531 effective 31 May 2018. The AFFARS provisions and clauses are those in effect to AFAC 2019-1001 effective 01 Oct 2019. The Wage Determination 2015-5474 Revision #9 Dated 09/15/2019 will be incorporated into the purchase order. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 333923. This requirement is being posted as a 100% Small Business Set-Aside with a size standard of 1,250 employees. (v) The Pricing Schedule is incorporated as Attachment 2. Offerors shall complete Attachment 2 in its entirety and return with any other documentation/data which outlines the full pricing offered or as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: The Contractor shall design and deliver a total of 5 sets of A-10 aircraft maintenance stands with supporting accessories as outlined under Attachment 1 - Product Minimum Salient Characteristics (vii) The Contractor shall ensure all requested equipment is delivered via FOB Destination to the 309 AMARG Complex located at Davis-Monthan Air Force Base, AZ and assembled accordingly. All proposals must include an estimated product design/manufacturing and final delivery schedule. This is a TIME SENSATIVE requirement; interested parties must ensure that their proposed final deliver schedules offer a realistic timeline to minimize impact to unit mission. Deliveries must be coordinated with the designated AMARG point of contact. (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2018) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: Part I - Technical Approach and Part II - Price Proposal. a. PART 1- TECHNICAL APPROACH - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. PART 2- PRICE - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages. 3. Award will be made to the offeror whose proposal is conforming to the solicitation and is determined to be the best value offer for the Government. Technical Acceptability, at a minimum, is defined as meeting all of the criteria and specifications listed in Attachment 1- Product Minimum Salient Characteristics with clear capability to provide expedited delivery. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. 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. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 4. System for Award Management Registration. (a) Definitions. As used in this provision- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the System for Award Management (SAM) database" means that- (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record "Active". (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 <img style="overflow: hidden; cursor: hand; height: 16px; width: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; bottom: 0px;" title="Call: 1-866-705-5711" src="data:image/png;base64,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" alt="" /> if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: (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: (i) FACTOR 1: Technical Approach a. Subfactor 1: The Offeror shall complete all required sections of the solicitation document, including all applicable representations and certifications. b. Subfactor 2: The Offeror shall provide a signed statement by a person authorized to obligate the company contractually; stating that the proposal and prices offered will remain in effect for (60) calendar days after the solicitation closing date. c. Subfactor 3: The Offeror shall provide documentation that outlines the characteristics of their proposed A-10 Maintenance Stand Set to meet all the minimum specifications outlined under Attachment 1 - Product Minimum Salient Characteristics. Concept design MUST be included with proposal submission. d. Subfactor 4: The Offeror's proposal shall demonstrate that they have the necessary facilities and skilled staffing to manufacture the requested A-10 Maintenance Stands. e. Subfactor 5: The Offeror shall provide a detailed, clearly outlined Delivery/Installation Schedule. f. Subfactor 6: The Offeror shall provide documentation that outlines the proposed product full warranty coverage period. (ii) FACTOR 2: Price; a. Offerors shall provide their best price as outlined under Attachment 2, Pricing Schedule. Pricing will be evaluated base on Completeness, Reasonableness and Total Evaluated Price (TEP). All proposals will be reviewed for Technical Acceptability. If found technically acceptable award will be made to the offeror who is found to provide the best value technical approach and price considered. If found technically unacceptable no further consideration will be made. Past Performance may be evaluated. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Award will be based on a best value determination utilizing tradeoff procedures in which competing offerors' technical proposal and past performance are rated as acceptable/unacceptable. Acceptable offer prices are then evaluated and compared with each other and the Independent Government Estimate (IGE). All evaluation factors other than price when combined are more significant than price. Technical Acceptability - at a minimum - will consist of meeting all characteristics, including those above and all items listed in Attachment 1 - Product Minimum Salient Characteristics. (x) Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (Oct 2018). (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Oct 2019), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xiii) 52.252-1 -- Solicitation Provisions 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/vffara.htm Additionally, the following clauses and provisions apply to this acquisition: FAR 52.204-13 System for Award Management Maintenance Oct 2018 FAR 52.204-16 (P) Commercial and Government Entity Code Reporting Jul 2016 FAR 52.204-17 (P) Ownership or Control of Offeror Jul 2016 FAR 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 FAR 52.204-20 (P) Predecessor of Offeror Jul 2016 FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems Jun 2016 FAR 52.204-22 Alternative Line Item Proposal Jan 2017 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov 2015 FAR 52.209-11 (P) Representation by Corporations Regarding Delinquent Tax Liability or a felony conviction under any federal law Feb 2016 FAR 52.219-8 Utilization of Small Business Concerns Oct 2018 FAR 52.219-28 Post-Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Jan 2018 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-35 Equal Opportunity for Veterans Oct 2015 FAR 52.222-36 Affirmative Action for Workers With Disabilities Jul 2014 FAR 52.222-37 Employment Reports on Veterans Feb 2016 FAR 52.222-40 Notification of Employment Rights under the National Labor Relations Act Dec 2010 FAR 52.222-50 Combating Trafficking in Persons Jan 2019 FAR 52.223-6 Drug-Free Workplace May 2001 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-5 Trade Agreements Aug 2018 FAR 52.225-6 Trade Agreements Certificate May 2014 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.225-18 (P) Place of Manufacture Aug 2018 FAR 52.232-17 Interest May 2014 FAR 52.232-23 Assignment of Claims May 2014 FAR 52.232-25 Prompt Payment Jan 2017 FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Oct 2018 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-1 Disputes May 2014 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr 1984 FAR 52.242-13 Bankruptcy Jul 1995 FAR 52.244-6 Subcontracts for Commercial Items Aug 2019 FAR 52.247-34 F.O.B. - Destination Nov 1991 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7004 Level I Antiterrorism Awareness Training for Contractors Feb 2019 DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct 2016 DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct 2016 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 May 2019 DFARS 252.211-7008 Use of Government-Assigned Serial Numbers Sep 2010 DFARS 252.215-7008 - (P) Only One Offer July 2019 DFARS 252.225-7012 Preference for Certain Domestic Commodities Dec 2017 DFARS 252.225-7048 Export Controlled Items Jun 2013 DFARS 252.227-7015 Technical Data - Commercial Items Feb 2014 DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data Sep 2016 DFARS 252.223-7008 Prohibition of Hexavalent Chromium June 2013 DFARS 252.232-7003 Electronic Submission of payment Requests and receiving reports Dec 2018 DFARS 252.232-7006 Wide Area Workflow Payment Instructions Dec 2018 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7001 Pricing of Contract Modifications Dec 1991 DFARS 252.243-7002 Request For Equitable Adjustment Dec 2012 DFARS 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) Jun 2013 DFARS 252.247-7022 Representation of Extent of Transportation by Sea Jun 2019 DFARS 252.247-7023 Transportation of Supplies by Sea--Basic Feb 2019 AFFARS 5352.201-9101 Ombudsman Jun 2016 AFFARS 5352.242-9000 Contractor Access To Air Force Installations Nov 2012 (xiv) NOTICE TO ALL INTERESTED PARTIES: Questions are due in writing NLT Wednesday, 13 Nov 2019, at 1:00PM Pacific Standard Time. Questions shall be submitted to Contracting Officer Breysi Stephens via e-mail: breysi.stephens@us.af.mil and/or Contract Specialist Rachelle Jenkins via e-mail: rachelle.jenkins.3@us.af.mil. An amendment will be issued addressing all questions received, providing the Government's answers. (xv) Quotations shall be submitted to Contracting Officer Breysi Stephens and Contract Specialisd Rachelle Jenkins via email breysi.stephens@us.af.mil and rachelle.jenkins.3@us.af.mil. Quotes are due no later than 3PM Pacific Standard Time on Friday, 22 Nov 2019; quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. Part 2- Price - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages. c. Part 3- Representations And Certifications (Reps/Certs) - Submit IAW para (x) above BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the best value acceptable offer. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Atch #: Item Description: Page(s): 1 Salient Characteristics 2 2 Pricing Schedule 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA487720Q0074/listing.html)
 
Place of Performance
Address: 4860 SOUTH SUPERIOR AVE, TUCSON, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN05491706-W 20191109/191107230700-7d8f490d7660bd49b8a9b38e4899d4cd (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.