MODIFICATION
95 -- Hardware for Testing
- Notice Date
- 12/9/2014
- Notice Type
- Modification/Amendment
- NAICS
- 332710
— Machine Shops
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - Eglin, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
- ZIP Code
- 32542-6864
- Solicitation Number
- FA8681-15-M-0078
- Archive Date
- 12/24/2014
- Point of Contact
- Keith M. Clift, Phone: 8508831665
- E-Mail Address
-
keith.clift@us.af.mil
(keith.clift@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- GENERAL INFORMATION The Air Force Life Cycle Management Center, Armament Directorate, Direct Attack Branch has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number FA8681-15-M-0078). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-77 (13 Nov 2014) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20141113. A Firm Fixed Priced Award will be made in accordance with the following the Schedule of Supplies/Services and SOW: NAICS Code: 332710; size standard: 500 employees The Defense Priorities and Allocations System rating is C9. NATURE OF ACQUISITON: The Direct Attack Branch has a requirement to purchase the below listed materials. The Schedule of Supplies/Services provides all items and quantities required. This procurement will be awarded under Simplified Acquisition Procedures. This is a Total Small Business (SB) Set-aside. All inquiries/responses to this notice must be received by 10 Dec 14, 10:00 a.m CST. This acquisition is for the purchase of the following items: CLIN 0001: Thirty (30) Each, Standard biconic cylinders (Drawing Cylinder-Biconic), Delivery required 4 weeks after award. CLIN 0002: Six (6) Each, Large diameter cylinder with counterbore (Drawing #A14012 - Disk, A14J11 - Input Piston Assbly, Cylinder (IPFT-4, v1)), Delivery required 4 weeks after award. CLIN 0003: Twenty-Six (24) Total (Qty 6 of each configuration), Steel cylinder (Drawing #A14J9 - DP Case), Delivery required 6 weeks after award. CLIN 0004: Twenty-Six (26) Each, Steel plate (Drawing # A14J14 - Witness Plate), Delivery required 4 weeks after award. Drawings are available upon request, contact Keith Clift at keith.clift@us.af.mil. Contractors must be registered with the Joint Certification Program (JCP) at http://www.dlis.dla.mil/jcp to receive drawings. Last day for submission of requests is 4 Dec 2014 at 3:00 PM CST. Shipping of hardware on CLINs 0001-0003 will be to: Commander McAlester AAP 1C-Tree Road Attn: JMMC - AOO Rodriguez/B-420 McAlester, OK 74501 Shipping of hardware on CLINs 0004 will be to: Greg Glenn 110 Wacissa Road Bld 614 Eglin AFB, FL 32542 All items shipped FOB Destination. Please incorporate shipping costs into the proposal. QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must provide a written statement acceding to all solicitation requirements, including technical requirements and terms and conditions. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, and DFARS 252.225-7000, Buy American Act Certificate with quotation. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the System for Award Management database, no exceptions. To register, please visit http://www.sam.gov. BASIS FOR AWARD This is a competitive best value acquisition utilizing simplified acquisition procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. To be deemed technical acceptability an offeror must be able to meet the delivery dates stated above; provide a certified document from the heat treater validating capability to heat treat IAW the specifications in the drawings; a bill of materials to include the origin of the steel to be used; description of heat treating method; description of machines to be used to manufacture items. Past performance will be evaluated on an acceptable or unacceptable basis. Provide 3 references within the past two years, as of the date of this solicitation, for similar type work that required heat treating. Acceptable means, based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Acceptable means, based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable means, based on the offeror's performance record, the Government has no reasonable expectation that the offeror will successfully perform the required effort. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 252.225-7002, Qualifying Country Sources and Subcontractors (Dec 2012) 252.204-7004, Alternate A (Feb 2014) By Full Text: 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). The Contractor shall comply with the DFARS clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.204-7003, Control of Government Personnel Work Product, 252.211-7003, Item Identification and Valuation 252.225-7001, Buy American Act 252.225-7002, Qualifying Country Sources as Subcontractors 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of clause) AFFARS 5352.201-9101 Ombudsman (April 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Jill Willingham, AFLCMC/AQP; Comm 937-255-5472. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05) (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and/or receiving report. (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC FA8681 Issue By DoDAAC FA8681 Admin DoDAAC FA8681 Inspect By DoDAAC FA8681 Ship To Code See Schedule Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A Routing Data Table* (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, ( e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Schuyler.smith@us.af.mil, Scott.schneider@us.af.mil, justin.vest.1.ctr@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Scott.schneider@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) By full text: FAR 52.252-2 -- Solicitation Provisions Incorporated by Reference (Jul 2008) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil. All product items sold to the Government should be properly marked with manufacturer's name and part number (Commodities Only). Responses to this notice shall be provided in writing via e-mail to: Keith M. Clift, at keith.clift@us.af.mil. All responses shall be received NLT 10:00 AM CST on 10 Dec 14. Email is the preferred method. Points of Contact: Keith M. Clift, Contract Specialist, Phone (850)883-1665, Fax (850) 883-5348.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8681-15-M-0078/listing.html)
- Record
- SN03591002-W 20141211/141209234451-1df05311f35825e82168b165c81b1719 (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 |