MODIFICATION
16 -- C-17 MBIF Cable Sets - Purchase Description
- Notice Date
- 3/6/2014
- Notice Type
- Modification/Amendment
- NAICS
- 332618
— Other Fabricated Wire Product Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8224-14-R-0017SM
- Archive Date
- 4/8/2014
- Point of Contact
- Sean M. McDonough, Phone: (801)-777-8651, Dayna Parkin-Urquhart, Phone: 1-801-775-3564
- E-Mail Address
-
sean.mcdonough@hill.af.mil, dayna.parkin_urquhart.1@us.af.mil
(sean.mcdonough@hill.af.mil, dayna.parkin_urquhart.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PURCHASE DESCRIPTION FOR THE THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES IAW FAR 13.106. THIS SOLICITATION DOCUMENT AND INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2005-71. THIS ACQUISITION IS A SMALL BUSINESS SET ASIDE. THIS REQUIREMENT WILL BE UNDER NAICS CODE 332618 WITH A STANDARD SIZE OF 500 Employees. ** The Government reserves the right to procure or not procure the items specified based on the reasonability of quotations received. This is a 100% Small Business set aside as such "the concern shall perform work for at least 50% of the cost of manufacturing the supplies, not including the cost of materials" (see FAR 52.219-14). Further, proposals will be expected to specifically state specifically that they will comply with this requirement. Drawings are available upon request. Requests for drawings must be sent to Sean.McDonough.1@us.af.mil and include the requestor name, mailing address,and direct contact. In addition, a current registry at the https://www.sam.gov website, along with a cage code and DUNS number. *** Requestor must also submit a completed DD2345 (can be located by use of a Google search). Failure to provide these items will exclude a requestor from access to drawings. The drawings will be sent out in CD format.*** Responsible quoters shall provide pricing for the items below: INSPECTION AND ACCEPTANCE CRITERIA Deliverables will be inspected upon arrival CLIN Description: CLIN 0001 -- 5 EA MBFI Cable Sets Consisting of (12) Cable Adapters, (2) Short Plugs, and (3) Test Cables. EVALUATION CRITERIA AND BASIS FOR AWARD Offers will be ranked by price from lowest to highest then beginning with the lowest they will be evaluated to ensure they meet the technical requirements (including ARO). As soon as an offer is found that meets the requirements the evaluation will end no more expensive proposals will be evaluated. Significant evaluation factors are (i) technical acceptability (Pass/Fail) of the item(s) offered to meet the Government requirement, and (ii) price. * Price will be evaluated first. * Second technical acceptability will be evaluated on a pass/fail basis by determining whether the item(s) proposed meet all requirements: * Delivery schedule * Conformance to the drawings provided including list of alternate parts proposed. * Certification of proven past performance building cables for DoD use. * Minimum 2 Year warranty Delivery will be determined as a pass or fail technical requirement with the following schedule: **Amendment 6 March 2014** 2 cable sets within 45 days After Receipt of Order (ARO) for first article testing Remaining cable sets to fulfill contract will be delivered to the Government no later than 26 weeks subsequent to ARO. **End Amendment** Contractor shall provide a minimum 2-year warranty covering 100 percent parts, travel, and labor and guarantees the replacement of defective cables within 45 working days following government notification of a fault. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) A quotation including all required items (all or nothing) 2) Cage Code, DUNS Number, delivery timeframe after receipt of order, 3) This is a Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state, "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception,deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. 4) If the quoter is not registered at https://www.sam.gov/portal/public/SAM/, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS is required. All quotations shall be sent to: Sean.McDonough.1@us.af.mil All offerors shall ensure the RFP number is visible in the subject of an email, or on the outermost packaging. PROVISIONS AND CLAUSES The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 (deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs; 52.211-17 Delivery of Excess Quantities; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; 52.252-2 Clauses Incorporated By Reference; 252.211-7003 Item Identification and Valuation; and 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-14-R-0017SM/listing.html)
- Place of Performance
- Address: Building 1515, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN03303395-W 20140308/140306234626-a7232ce6589095c4e9739768d6c772cc (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 |