Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2014 FBO #4767
SOLICITATION NOTICE

39 -- MOP Dolly and Track Kit - Drawings

Notice Date
12/11/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBDK, 205 West D Ave, Bldg 350 Ste 545, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
F1TEAV4322B001
 
Archive Date
12/11/2015
 
Point of Contact
Mary R. Harriott, Phone: 8508831643, Kevin Behymer, Phone: 8508833542
 
E-Mail Address
mary.harriott@us.af.mil, kevin.behymer.1@us.af.mil
(mary.harriott@us.af.mil, kevin.behymer.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawing XP20134045 MOP DOLLY TRACK KIT Drawing XP20134005 MOP DOLLY The Air Force Life Cycle Management Center, Direct Attack Division, Eglin AFB, Florida intends to solicit and award a Firm Fixed Price contract for fabrication of one (1) each Massive Ordnance Penetrator Loading Adapter Dolly (MOP Dolly) in accordance with drawing no. XP20134005 and one (1) each Massive Ordnance Penetrator Dolly Track Kit (Track Kit) in accordance with drawing no. XP20134045. These items are categorized as a Munitions Support Fixture. The purpose of the fabrication is to verify the drawing package and any drawing discrepancies discovered will be coordinated with the Government (Contracting Officer and the Munitions Material Handling Equipment Focal Point Shop on Eglin AFB, Florida). Disregard "Note 5 - Production Acceptance Test" as the Government will perform the production acceptance test by visiting the contractor's facility prior to the final assembly stage of putting the parts together to verify their condition and that they fit together properly. This is a combined synopsis / solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, 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. The announcement number is F1TEAV4322B001 and is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-78 effective 25 Nov 2014, Defense Federal Acquisition Circular Notice DPN 20141113 effective 13 Nov 2014, and Air Force Acquisition Circular AFAC 2014-1001 effective 01 Oct 2014. This acquisition is a 100% Total Small Business Set-Aside under t he North American Industry Classification System (NAICS) code of 332999, All Other Miscellaneous Fabricated Metal Product Manufacturing, with a size standard of 750 employees. Please identify your total business size in your response based upon this standard. Requirement: CLIN Description Qty Unit of Issue 0001 Dolly, MOP Loading Adapter 01 EA in accordance with drawing no. XP20134005 0002 Track Kit, MOP Dolly 01 EA in accordance with drawing no. XP20134045. Delivery Requirements: Deliver all items within sixty (60) calendar days (if additional days are required, please specify delivery schedule) after receipt of order (ARO) FOB Destination to the address below: AFLCMC/MMHE Focal Point Attn: MSgt Jonathan Corkren 615 Apalachicola Road Eglin AFB FL 32542 BASIS FOR AWARD: The Government intends to award without discussions one firm fixed price contract for the acquisition of items listed above using Contract Line Item Numbers (CLIN). All interested parties must quote on all item(s). Award will be a best value determination based on price, delivery schedule and the ability to meet the minimum needs of the government. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. A. This is a competitive Best Value acquisition using the lowest price technically acceptable evaluation process, with technical proposals. The Government will award a contract resulting from the solicitation to the acceptable, responsible offeror whose proposal conforming to this solicitation offers the Best Value to the Government. Evaluation criteria are the same for all competing offerors. B. Offerors shall propose on all items. Any offer that fails to cite a price for each item or fails to make an entry that indicates service will be provided at no charge may be rejected as nonconforming to this solicitation. C. Only Firm-Fixed-Price (FFP) offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. D. The evaluation process will proceed as follows: 1. Price: Initially, offers will be ranked according to Total Evaluated Price (TEP). The price evaluation will be made on the basis of the total price of all line items. An offeror must therefore propose on all line items. Price will be evaluated for reasonableness based on prices submitted from competitive proposals, current market conditions, and comparison to the Government estimate. Prices will also be evaluated to determine if they are materially unbalanced. Materially unbalanced prices risk rejection. 2. The lowest priced offeror will be evaluated for technical acceptability. If the offeror meets all criteria the process will end and award will made to that offeror. If the offeror does not meet all criteria the process will move on to next lowest priced offeror and so on until an award is made. 3. The Government intends to award a contract without discussions with respective offerors. However, the Government reserves the right to conduct discussions if deemed in its best interest. 4. Rejection of Unrealistic Offers: The Government may reject any proposal that is assessed to be unrealistic in terms of contract requirements, including contract terms and conditions, or unrealistically high or low in cost, such that the proposal is deemed to reflect lack of competence or failure to comprehend the scope of the requirement. Proposals that are unrealistic in terms of price may be rejected at any time during the evaluation process. Proposals are intended to be evaluated, and award made, without discussions with the offerors (other than minor clarification[s]), unless discussions are determined to be necessary. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Offerors may be required to participate in telephone discussions or in face-to-face oral discussions at the Air Force Life Cycle Management Center, Direct Attack Division, 102 West "D" Avenue, Suite 261, Bldg 11, Eglin AFB FL. Offerors are cautioned to follow the detailed instructions fully and carefully, as the Government reserves the right to make an award based on initial offers received, without discussion of such offers. The offeror's initial proposal should reflect their best effort. The following provisions and clauses are incorporated by reference and/or full text in this notice. •· FAR 52.204-7, System for Award Management •· FAR 52.204-13, System for Award Management Maintenance •· FAR 52.212-1, Instruction to Offerors-Commercial Items •· FAR 52.212-2, Evaluation -Commercial Items •· FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items •· FAR 52.212-4, Contract Terms and Conditions-- Commercial Items •· FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019(Jan 2014) •· FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Execute Orders - Commercial Items •· FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards •· FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment •· FAR 52.219-6, Notice of Total Small Business Set-Aside •· FAR 52.219-28, Post-Award Small Business Program Rerepresentation •· 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 52.222-36, Equal Opportunity for Workers with Disabilities •· FAR 52.222-50, Combating Trafficking in Persons •· 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 - System for Award Management •· FAR 52.219-1 Alternate I, Small Business Program Representation •· FAR 52.222-22, Previous Contracts and Compliance Reports •· FAR 52.222-25, Affirmative Action Compliance •· FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. •· FAR 52.232-11, Extras •· FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors •· FAR 52.233-3, Protest After Award •· FAR 52.247-34, F.O.B Destination •· FAR 52.252-1, Solicitation Provisions Incorporated by Reference •· FAR 52.252-2, Clauses Incorporated by Reference •· FAR 25.252-5, Authorized Deviations in Provisions •· DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, •· DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights •· DFARS 252.204-7003, Control of Government Personnel Work Product •· DFARS 252.204-7004 Alternate A, System for Award Management •· DFARS 252.225-7001, Buy American and Balance of Payments Program •· DFARS 252.225-7002, Qualifying Country Sources as Subcontractors •· DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports •· DFARS 252.232-7006, Wide Area Workflow Payment Instructions •· DFARS 252.232-7010, Levies on Contract Payments •· DFARS 252.243-7001, Pricing of Contract Modifications •· 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) Incorporated by full text: •· DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) (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 proposal. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Vendors must be registered in System for Award Management (SAM) ( https://www.sam.gov/portal/public/SAM ) before award can be made. All questions will are due by 4:00 P.M. Central Standard Time (CST) on 6 January 2015, all answers will be posted on or before 4:00 P.M. CST on 8 January 2015. All proposals must be received no later than 3:00 P.M., Central Standard Time on 12 January 2015. Send all questions and packages via email to Mary Harriott at mary.harriott @us.af.mil. For questions, contact Kevin Behymer at 850-883-3542or by e-mail at kevin.behymer.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b098708c0828f5da9047849896dccfbf)
 
Record
SN03593822-W 20141213/141211234633-b098708c0828f5da9047849896dccfbf (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.