Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOURCES SOUGHT

J -- Aglient Calibration and Repair

Notice Date
8/28/2014
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-14-R-0071SS
 
Archive Date
9/26/2014
 
Point of Contact
Charles J. Bowers, Phone: 9375224645
 
E-Mail Address
charles.bowers@wpafb.af.mil
(charles.bowers@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AGILENT CALIBRATION AND REPAIR SERVICE SOURCES SOUGHT The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements of the follow-on contract for the Agilent Calibration and Repair Service to be performed at the Air Force Research Laboratory (AFRL) at Wright-Patterson AFB, OH. We are seeking sources that are; Other than Small, Small, Small Disadvantaged Business (SDB), 8(a), HUBZone, Women-Owned (WO), Economically-Disadvantaged Women-Owned (EDWO), Veteran-Owned (VO) and Service-Disabled Veteran-Owned (SDVO) small businesses. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet AFRL requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, AFLCMC is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOps website for additional information pertaining to this sources sought notice. INSTRUCTIONS: 1. The document below provides a description of the Agilent Calibration and Repair Service requirement along with a Contractor Capability Survey, which affords an opportunity to provide your company's capabilities. 2. If after reviewing these documents you desire to participate in the market research, please respond to the Contractor Capability Survey to document your company's capabilities in meeting these requirements. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience or capability in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are also encouraged. 4. Questions relative to this market survey should be addressed via email to A1C Charles Bowers (AFLCMC/PZIOAA), charles.bowers.6@us.af.mil. Verbal questions will NOT be accepted.   PROGRAM DESCRIPTION This effort establishes calibration and repair service of the Agilent Test Equipment for the Air Force Research Laboratory (AFRL), Aerospace Component & Subsystems Division, Sensing Branch. REQUIREMENTS 1. QUALIFICATIONS: Must be able to complete calibration services and repairs as specified in the manufacturer manual of the respective instrument. The exact service required for the individual instrumentation is detailed in the attached Equipment List. 2. SPECIFIC TASKS: a. Calibration i. The contractor shall provide On-Site Calibration or Return-to-Company Calibration for the instrumentation, as determined in the attached Equipment List. The calibration must be traceable to National Institute of Standards and Technology (NIST) standards and acceptable by Precision Measurement Equipment Laboratory (PMEL) and established in Technical Order (TO) 33K-1-100-2 Equipment Calibration Requirements List as determined in Technical Order TO-00-20-14 Air Force Metrology and Calibration Program. The contractor shall calibrate any equipment on the attached Equipment List in accordance with the original equipment manufacturer (OEM) standards. The contractor shall be responsible for all costs incurred in providing the services for calibration of the equipment, including all labor, all travel, all consumable parts and materials, and shipping charges (to ship the equipment back to Wright-Patterson Air Force Base after calibration is complete). ii. Calibration Schedule: The Government shall contact the Contractor on the due date as determined in the equipment manual to schedule the calibration for the equipment specified in the attached Equipment List. This will be either done on site or return to the contractor, as defined in the attached Equipment List for the individual instrument. The contractor shall perform all calibration services in accordance with schedule determined by the Government COR. b. Repair i. The contractor shall provide repair services either On-Site or Return-to-Company, as determined in the attached Equipment List. At the time of the Government repair request, the contractor shall provide an estimated repair delivery time that is mutually agreeable by both the Government and the contractor. The contractor shall provide repair services on the instrumentation, identified in the attached Equipment List, which has malfunctioned and repair it back to the original equipment manufacturer (OEM) standard. For specific instruments shipped to the contractor, the contractor shall repair the instrument and ship the instrument back to the Government in accordance with the repair delivery schedule mutually agreed upon by both the Government and the contractor at the time of the Government repair request. The contractor shall be responsible for all costs incurred for these repair visits and repairs that have occurred in the normal wear and tear during normal operation of the instrument, including: all labor, all travel, all consumable parts and materials, and shipping The Government shall be responsible for the shipping charges to ship the equipment to the contractor for return-to-company repairs as listed in the Equipment List. The contractor shall be responsible for shipping charges to ship the equipment back to Wright-Patterson Air Force Base after repair is complete. ii. Parts and Materials: All defective or damaged parts/materials shall be replaced by the contractor with parts/materials that are equal to or better in quality than the original parts/materials. iii. Responsiveness to Repair Requests: The contractor shall provide a repair order number at the time the Government places the repair call, during normal duty hours (0800-1700, EST), Monday-Friday, excluding federal holidays. iv. Scheduling of Repairs: The Government shall contact the contractor as needed to schedule any repairs that are deemed necessary for the specific instrument on the attached Equipment List. This will either be done on site or return to the contractor, as defined in the attached Equipment List for the individual instrument. The contractor shall perform any repair service in accordance with the schedule mutually agreed upon by the Government and contractor. CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 811219, $20.5M Based on the above NAICS Code, state whether your company is: o Small Business (Yes / No) o Woman Owned Small Business (Yes / No) o Economically-Disadvantaged Women-Owned Small Business (Yes / No) o Small Disadvantaged Business (Yes / No) o 8(a) Certified (Yes / No) o HUBZone Certified (Yes / No) o Veteran Owned Small Business (Yes / No) o Service-Disabled Veteran-Owned Small Business (Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. • A statement as to whether your company is domestic or foreign owned (if foreign, please indicate the country of ownership). • Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. • Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice. • FAR 52.203-3, Gratuities • FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Paper • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-42, Statement of Equivalent Rates For Federal Hires • FAR 52.233-2, Service of Protest • FAR 52.242-13, Bankruptcy • DFARS 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) • DFARS 252.201-7000, Contracting Officer's Representative • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • DFARS 252.204-7003, Control Of Government Personnel Work Product • DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist country • DFARS 252.225-7000, Buy American Statute - Balance of Payments Program Certificate • DFARS 252.225-7001, Buy American Act and Balance of Payment Programs • DFARS 252.225-7012, Preference For Certain Domestic Commodities • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.232-7010, Levies on Contract Payments • DFARS 252.232-7006, Wide Area Workflow Payment Instructions is incorporated into the solicitation and resulting contract. The fill-in portions of this clause will be complete in the award document. • DFARS 252.232-7010, Levies on Contract Payments • DFARS 252.243-7001, Pricing of Contract Modifications • DFARS 252.243-7002, Requests for Equitable Adjustment • AFFARS 5352.201-9101, Ombudsman (Apr 2010) • AFFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997) ATTENTION Small business respondents interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the Agilent Calibration and Repair Service effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996)... (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. ATTENTION all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and the areas likely for SB subcontracting. Part II. Capability Survey Questions 1. Describe briefly the capabilities of your facility and the nature of the services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities for generating, handling, processing and storing classified material and data. 4. Describe your company's capabilities for generating, handling, processing and storing technical reports. 5. Describe your company's capabilities and experience in providing statistical, technical test & evaluation support to identified acquisition programs. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 6. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 7. Describe your capabilities and experience in managing website content projects and development of tracking databases, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. 8. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 9. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. If your company is interested, e-mail your responses to charles.bowers.6@us.af.mil Mailed responses will also be accepted. Mail two signed copies of your response. All responses must be received no later than 11 September 2014. Mail responses to: AFLCMC/PZIOAB, Bldg. 1 Attn: A1C Charles Bowers 1940 Allbrook Dr. Wright-Patterson AFB OH 45433 (937) 522-4582 All responses must be UNCLASSIFIED, no classified material will be accepted or considered with this Sources Sought Synopsis. The response to Part I. Business Information should be single spaced, 12pt font. The response to Part II. Capabilities should be limited to no more than 20 pages (8.5x11 inches), single spaced, 12pt font. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. Responses to questions from interested parties will be promptly answered and posted on this FedBizOps website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company's response. Information feedback sessions may be offered to respondents after the sources sought assessments are complete. An Industry Day (date to be determined) with one-on-one information sessions with respondents may be offered to clarify the Government's understanding of their response, capability ramifications, or to discuss business approach.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-R-0071SS/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03485706-W 20140830/140829022605-a33447b52bf0b39e58653438a4999ceb (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.