SOLICITATION NOTICE
42 -- LIVE FIRE TRAINER WING REPLACEMENT - ATTACHMENTS F1W3EC2170A001 Live Fire Trainer
- Notice Date
- 9/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- F1W3EC2170A001
- Archive Date
- 9/29/2012
- Point of Contact
- Crystal L Champion, Phone: 907-552-3352
- E-Mail Address
-
crystal.champion@elmendorf.af.mil
(crystal.champion@elmendorf.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachments: Combined Synopsis/Solicitation (i) This is a combined solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 for evaluation and solicitation for commercial items- 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 Number F1W3EC2170A001 is issued as a request for quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The DFARS provisions and clauses are those in effect to DPN 20120906 effective 06 Sep 2012. (iv) The applicable NAICS code is 332311, Prefabricated Metal Building and Component Manufacturing, with a size limitation standard of 500 employees. This requirement is Sole Source (Attachment 1) 100% Total Small Business Set Aside. (v) Upper Wing and Simulated Engine Replacement for ARFF Fire Trainer. The following Brand Name items are required: o CLIN 0001: Upper Wing For Live Fire Trainer (i) Manufacturer: WRG (ii) Includes: Inboard and Outboard Engine Simulators (iii) Qty: 1 Each (vi) Detailed Description: Please see the attached photo's (Attachment 2) and Statement of Work (Attachment 3) for details, specifications, and certifications. (vii) All items will be delivered FOB Destination, to the following: F1W3EC - 673 CES/CEF 6210 ARCTIC WARRIOR DRIVE JBER, AK 99506 TEL: 907-552-0506 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Feb 2012) 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. The response shall consist of three (3) separate parts: Part I - Technical Acceptability, Part II - Price Proposal and Part III - Representations and Certifications (Reps/Certs). Technical Acceptability and Price Proposals shall not exceed ten (10) pages; copies of technical certifications shall not be included in the page count of proposals Reps/Certs shall be IAW para (x) below. 2. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required(remove if under 150K). However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. 3. Specific Instructions: 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) below 4. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable, IAW FAR 15.101-2 (if over 150K, if not remove FAR reference). Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications above. 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. 5. System for Award Management Registration. (1) Definitions. As used in this section- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (i) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (ii) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "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 SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (i) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (ii) The Contractor's CAGE code is in the SAM database; and (iii) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (i) Data collected from prospective federal awardees required for the conduct of business with the Government; (ii) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (iii) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (2) (i) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (ii) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (iii) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (3) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (i) A contractor may obtain a DUNS number- (A) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (B) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (ii) The Contractor should be prepared to provide the following information: (A) Company legal business name. (B) Tradestyle, doing business, or other name by which your entity is commonly recognized. (C) Company physical street address, city, state and Zip Code. (D) Company mailing address, city, state and Zip Code (if separate from physical). (E) Company telephone number. (F) Date the company was started. (G) Number of employees at your location. (H) Chief executive officer/key manager. (I) Line of business (industry). (J) Company Headquarters name and address (reporting relationship within your entity). (4) Reserved. (5) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (6) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (7) (i) (A) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (aa) Change the name in the SAM database; (bb) Comply with the requirements of subpart 42.12 of the FAR; and (cc) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (B) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (ii) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (8) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 6. Debriefing, FAR 15.506(if under 150K remove the entirety of sub-point 6.): If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) 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) Technical capability of the item offered to meet the Government requirement; (ii) price; The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated IAW FAR 15.304(c)(3)(iii)----(if under 150K remove). 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 This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above and the attachments. (x) The following applies to this acquisition: FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (April 2012). (xi) The following applies to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012) (xii) The following applies to this acquisition: FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (Jul 2012). In addition, the following clauses apply: (xiii) FAR 52.204-10 Reporting Executive Compensation and First-Tier Contract Awards (Aug 2012) FAR 52.204-99 System For Award Management (Deviation)(Aug 2012) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (May 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Representation (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 52.222-36 Affirmative Action for Workers With Disabilities (Oct 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 52.233-3 Protest after Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Jan 2012) DFARS 252.211-7003 Idtem 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 (Jun 2012) DFARS 252.225-7035 Buy American - Free Trade Agreements - Balance of Payments Program Certificate (Jun 2012) DFARS 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program (Jun 2012) DFARS 252.225-7036 Alt I Buy American - Free Trade Agreements - Balance of Payments Program (Jun 2012) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.246-7003 Notification of Potential Safety Issues (Jan 2007) DFARS 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations (Oct 2010) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) The following local clause applies: G-201 SUBMIT INVOICES ELECTRONICALLY Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/ <https://wawf.eb.mil/>. Before using WAWF, ensure your company's Electronic Business POCs listed in System for Award Management (SAM) are the same individuals that will invoice through WAWF. If they aren't, changes can be made to your company's SAM profile at www.sam.gov. Click on "Update" or "Renew" using "TPIN". SAM customer support can be reached at 1-866-606-8220. If your company's electronic business POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@csd.disa.mil and ask to establish a group for your company's CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800)-756-4571. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor. The contractor shall create the following: "Receiving report combo" for supplies or combination of supplies & services THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5000 ADMIN DODAAC: FA5000 INSPECT BY DODAAC: F1W3EC SERVICE ACCECPTOR: F1W3EC "SHIP TO" DODAAC: F1W3EC PAY OFFICE DODAAC: F67100 Please send additional emails to all listed: EMAIL POINT OF CONTACT LISTING: 673CONS.WAWF@ELMENDORF.AF.MIL SERVICE ACCEPTOR/INSPECTOR: LOUIS.MARTINEZ.5@US.AF.MIL CONTRACT ADMINISTRATOR: CRYSTAL.CHAMPION.2@US.AF.MIL (xiv) N/A (xv) N/A (xvi) Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by 14 September 2012 at 1:00PM Alaska Standard Time (5:00 p.m. EST). All responsible sources may submit a written proposal, which shall be considered. (xvii) All proposals must be faxed, mailed or emailed to: POC; 2d Lt Crystal Champion, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Fax (907) 552-7497, crystal.champion.2@us.af.mil. Email any questions no later than 48 hours prior to solicitation due date. Attachments: 1. Sole Source Letter 2. Live Fire Trainer Photo 3. Statement of Work 
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3EC2170A001/listing.html)
- Place of Performance
- Address: 6210 ARCTIC WARRIOR DRIVE, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02874764-W 20120912/120910235457-d20fea90a3fe2b945faa3149dadedc24 (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 |