SOLICITATION NOTICE
16 -- BPA Aircraft Parts Repair - STATEMENT OF WORK - Aircraft BPA Master Parts List - Aircraft Parts BPA Solicitation - Terms & Conditions
- Notice Date
- 6/27/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- FA2823-14-Q-0027
- Archive Date
- 7/25/2014
- Point of Contact
- Maurice Meadows, Phone: 8508825576, Vernon N Valigura, Phone: 8508822797
- E-Mail Address
-
maurice.meadows@us.af.mil, vernon.valigura@eglin.af.mil
(maurice.meadows@us.af.mil, vernon.valigura@eglin.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Terms & Conditions Aircraft Parts BPA Solicitation Aircraft BPA Master Parts List STATEMENT OF WORK The Operational Contracting Division, Air Force Test Center, Eglin AFB, FL intends to solicit, negotiate, and competitively establish additional Blanket Purchase Agreements (BPAs) for Aircraft Parts Repair. Offerors are responsible for obtaining the solicitation, amendments, and any other documentation from the Federal Business Opportunities (FBO) website, which can be accessed at http://www.fbo.gov. Paper copies will not be available. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, and FAR Part 13.5, Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; a "Price List" is being requested, and a written request for quotation will not be issued. Offerors are required to accept payment by Government Purchase Card. There will be no advance payments. This solicitation is issued as BPA Aircraft Parts Repair. A BPA is not a contract but is an agreement that establishes the Price and Terms & Conditions of future orders/calls. Please see attached "Price List" for required items and "BPA Terms & Conditions." The proposed "Price List" will be incorporated in the BPA and used to calculate future orders/calls subject to the "BPA Terms & Conditions," and provisions and clauses listed below. Only Firm Fixed Price offers will be considered. In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the offer that provides the best value to the government after consideration of technical, price, and delivery aspects of the offer. Future orders/calls will be competed amongst those vendors whom the Government establishes BPA(s) with resulting from this solicitation and with the vendors whom the Government has already established BPAs with from a previous solicitation for Aircraft Parts Repair requirements utilizing the same Price List and comparable Terms & Conditions. This is a 100% Total Small Business Set-Aside only acquisition. This is Request for Quotation numbered FA2823-14-Q-0027. The North American Industry Classification System (NAICS) code for this acquisition is 336413, with small business size standard of 1,000 employees. Please identify your business size in your response based upon this standard. Prospective offerors must be registered on the System for Award Management (SAM) website at www.sam.gov to be eligible. Please provide DUNS and/or Cage Code, on Price List and description of your company's delivery terms and any charges for shipping on the response to this solicitation. All questions are due by 1200 (noon), Central Time on 9 July 2014. Responses to this solicitation are due by 1700, Central Time, on 10 July 2014. There are no limitations on the number of pages for your response. Respondents shall include a Point of Contact (POC) to include name, position, telephone number, and email address. Please email any questions and responses to Mr. Maurice Meadows, email: maurice.meadows@us.af.mil. E-mail is preferred. Faxes are not accepted. Mailing address is: AFTC/PZIOA (OL-EGLIN) 308 West D Ave Ste 130 (Bldg 260) Eglin AFB, FL 32542-5418 The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-074 effective 30 May 2014: • FAR 52.203-3, Gratuities; • FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; • FAR 52.203-16, Preventing Personal Conflicts of Interest; • FAR 52.204-7, System for Award Management; • FAR 52.212-1, Instructions to Offerors - - Commercial Items; • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with Alt I; • FAR 52.212-4, Contract Terms and Conditions - - Commercial Items; • FAR 52.212-5 DEVIATION Contract Terms and Conditions Required to Implement Statutes or Executive Orders; • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - -Commercial Items; incorporating the following: • FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; • FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • FAR 52.219-6, Notice of Total Small Business Set-Aside; • FAR 52.219-8, Utilization of Small Business Concerns; • FAR 52.219-14, Limitations on Subcontracting; • FAR 52.219-28; Post Award Small Business Program Representation; • FAR 52.222-3, Convict Labor; • FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • FAR 52.222-21, Prohibition of Segregated Facilities; • FAR 52.222-26, Equal Opportunity; • FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • FAR 52.222-36, Affirmative Action for Workers With Disabilities; • FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act; • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.232-36, Payment by Third Party; • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; • FAR 52.233-3, Protests After Award; • FAR 52.233-4, Applicable Law for Breach of Contract Claim; • FAR 52.247-34, FOB Destination; • FAR 52.252-2, Clauses Incorporated by Reference; • FAR 52.252-6, Authorized Deviations in Clauses (Para (b) add DFARS (CFR 2)); • DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; • DFARS 252.204-7003, Control of Government Personnel Work Product; • DFARS 252.211-7003, Item Identification and Valuation; • DFARS 252.225-7001, Buy American Act and Balance of Payments Program; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; • DFARS 252.225-7012, Preference for Certain Domestic Commodities; • DFARS 252.226-7001, Utilization of Indian Organizations, Indian Owned Economic Enterprises, And Native Hawaiian Small Business Concerns; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.232-7010, Levies on Contract Payments; • DFARS 252.243-7002, Request for Equitable Adjustment; • DFARS 252.246-7000, Material Inspection and Receiving Report; • DFARS 252.247-7023, Transportation of Supplies by Sea; • AFFARS 5352.201-9101, Ombudsman; • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS); • AFFARS 5352.242-9000, Contractor Access to Air Force Installations; • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/42c9e757e1050dd9439b98ba66093d9e)
- Place of Performance
- Address: 46 AFREP, 100 Barrancas Ave. Bldg. 100, Eglin, AFB FL 32542, Eglin, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN03408517-W 20140629/140627234432-42c9e757e1050dd9439b98ba66093d9e (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 |