Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
MODIFICATION

66 -- Aero 4000 Upgrade to Existing Flight Motion Simulator

Notice Date
8/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1TBBB2166A001
 
Archive Date
9/9/2012
 
Point of Contact
Tara Creekmore, Phone: 850-882-0341, Nicole Anderson, Phone: 850-882-0326
 
E-Mail Address
tara.creekmore@eglin.af.mil, nicole.anderson@eglin.af.mil
(tara.creekmore@eglin.af.mil, nicole.anderson@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 96 TW/Installation Contracting Support, Eglin AFB, Florida intends to solicit and award a contract for a new digital servo controller replacement/upgrade to the existing Carco Electronic FMS system. The new controller shall be designed and fabricated IAW the attached Statement of Work. 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. This announcement constitutes the only solicitation. The announcement number is F1TBBB2166A001. This is a full and open, competitive requirement. The North American Industry Classification System (NAICS) code for this acquisition is 334516 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. Evaluation will be based on the following factors: Lowest Price Technically Acceptable. IAW FAR 52.237-1 A site visit will be held on 9 August 2012 at Bld 13 on Eglin Air Force Base, Fl, at 1000. Eglin Air Force Base is located directly off Highway 85 in Valparaiso, FL. the purpose of this site visit will be to tour the installation site site on Eglin AFB. The site visit is expected to last approximately two (2) hours total. Please limit your number of attendees to two. In order to attend the site visit you must submit the following documents via email to Tara Creekmore (tara.creekmore@eglin.af.mil), NO LATER THAN August 3, 2012, 4:00 p.m. Central Time: (1) Eglin Contractor Access Badge (CAB) Affidavit (See attachment 2) (2) You are required to submit your request for attendance using the attached Base Access Request Template (See attachment 3). The contractor shall submit, via email, a signed written request using the template enclosed on the Base Access Request Template. The letter must be on official company letterhead to the attention of Tara Creekmore (tara.creekmore@eglin.af.mil). The letter must contain the NAME OF THE INDIVIDUAL, SOCIAL SECURITY NUMBER, DATE OF BIRTH, DRIVER'S LICENSE NUMBER, AND THE STATE OF ISSUE. The contracting officer will submit the letter to security forces for processing along with the completed Affidavits of those participating in the Site Visit. We will meet the interested parties for the site visit at the Eglin East Gate Pass and I.D. Office. Questions from the site visit must be submitted in writing within two (2) working (business) days after the site visit. Each question shall reference the specific section or attachment of the solicitation (as applicable) and the corresponding paragraph number. Remarks and explanations at the site visit shall not alter the terms and conditions of the solicitation unless the solicitation is formally amended. Any oral statements made by Government representatives shall not be binding upon the Government; all necessary changes will be made in writing by the Contracting Officer. Requirement: CLIN 0001: Model 2443H-HR 3 Axis Flight Motion Simulator (including installation) Quoted price should include FOB Destination. Required delivery date is no later than 8 months ARO. Expedited delivery schedules accepted and encouraged. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-058 effective 18 May 2012, DFARS DPN 20120629 effective 29 Jun 2012, and AFFARS current thru AFAC 2012-0330 effective 30 Mar 2012. The following provisions and clauses are applicable: • FAR 52.203-5, Covenant Against Contingent Fees (Apr 1984) • FAR 52.203-7, Anti-Kickback Procedures (Oct 2010) • FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) • FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) • FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) • FAR 52.204-7, Central Contractor Registration (Feb 2012) • FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) • FAR 52.207-2, Notice of Streamlined Competition (May 2006) • FAR 52.209-5, Certification Regarding Responsibility Matters (Apr 2010) • FAR 52.209-7, Information Regarding Responsibility Matters (Feb 2012) • FAR 52.211-5, Material Requirements (Aug 2000) • FAR 52.212-1, Instructions to Offerors - Commercial (Feb 2012) • FAR 52.212-3, Offeror Representations and Certifications (Apr 2012) • FAR 52.212-4, Contract Terms and Conditions-- Commercial Items (Feb 2012) • FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Execute Orders - Commercial Items (May 2012) • FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) • FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) • FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313) • FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (May 2012) • FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) • FAR 52.219-8, Utilization of Small Business Concerns (Jan 2011) • FAR 52.219-9, Small Business Subcontracting Plan (Jan 2011) • FAR 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) • FAR 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2012) • FAR 52.222-3, Convict Labor (Jun 2003) • FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) • FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) • FAR 52.222-26, Equal Opportunity (Mar 2007) • FAR 52.222-35, Equal Opportunity for Veterans (Sep 2010) • FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) • FAR 52.222-37, Employment Reports on Veterans (Sep 2010) • FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) • FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) • FAR 52.223-18, Contractor Policy 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-CCR (Oct 2003) • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) • FAR 52.214-34, Submission of Offers in the English Language (Apr 1991) • FAR 52.214-35, Submission of Offers in U.S. Currency (Apr 1991) • FAR 52.215-1, Instruction to Offerors - Competitive Acquisitions (Jan 2004) • FAR 52.223-11, Ozone-Depleting Substances (May 2001) • FAR 52.225-8, Duty-Free Entry (Oct 2010) • FAR 52.225-18, Place of Manufacture (Sep 2006) • FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representations and Certification (Nov 2011) • FAR 52.232-1, Payments (Apr 1984) • FAR 52.232-11, Extras (Apr 1984) • FAR 52.232-18, Availability of Funds (Apr 1984) • FAR 52.233-1, Disputes (July 2002) • FAR 52.233-2, Service of Protest (Sep 2006) • FAR 52.233-3, Protest After Award (Aug 1996) • FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) • FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (Apr 1984) • FAR 52.237-1, Site Visit (Apr 1984) • FAR 52.243-1, Changes (Aug 1987) • FAR 52.244-6, Subcontracts for Commercial Items (Dec 2010) • FAR 52.246-2, Inspection of Supplies - Fixed Price (Aug 1996) • FAR 52.247-34, F.O.B. Destination (Nov 1991) • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) • FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) • FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984)  DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009) • DFARS 252.204-7000, Disclosure of Information (Dec 1991) • DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) • DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alt A (Sep 2007) • DFARS 252.204-7008, Export-Controlled Items (Apr 2010) • DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) • DFARS 252.211-7003, Item Identification and Valuation (Jun 2011) • DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items (May 2012), incorporating the following: • FAR 52.203-3, Gratuities (Apr 1984) • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) • DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) • DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (Sep 2011) • DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Oct 2011) • DFARS 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010) • DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (Jun 2011) • DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) • DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) • DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) • DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991) • DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998) • DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002) • DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) • AFFARS 5352.201-9101, Ombudsman (Apr 2010) • H-850 Local clause for WAWF Incorporated by full text: • 52.212-2, Evaluation-Commercial Items (Jan 1999) (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: Lowest Price Technically Acceptable. (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. (End of provision) • FAR 52.216-1, Type of Contract (Apr 1984) The Government contemplates award of a firm-fixed price contract resulting from this solicitation. (End of provision) • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to 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 the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (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 the 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, (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) Please provide a response to clause DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. All contractor employees requiring access to the installation location must be United States citizens. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. Evaluations will be made on a lowest price technically acceptable basis. All responses must be received no later than 1:00 P.M., Central Standard Time on 25 August 2012. Send all packages via email to Tara Creekmore at tara.creekmore@eglin.af.mil. For questions, contact Tara Creekmore by e-mail at tara.creekmore@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1TBBB2166A001/listing.html)
 
Place of Performance
Address: Eglin AFB, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02822845-W 20120803/120801235605-522987b8ea9b01fe6815bc9452a45ac7 (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.