SOLICITATION NOTICE
66 -- IVD Flexible Drivers and System Augmentation - IVD Flexible Drivers and System Augmentation
- Notice Date
- 6/19/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/WNMRP AFMETCAL, 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
- ZIP Code
- 43056-6116
- Solicitation Number
- FA2263-15-Q-0022
- Point of Contact
- Michael D Hickey, Phone: 740-788-5043, Amy I Poling, Phone: 740-788-5045
- E-Mail Address
-
michael.hickey.2@us.af.mil, Amy.Poling@us.af.mil
(michael.hickey.2@us.af.mil, Amy.Poling@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Schedule B CCG 615 IVD Flexible Drivers System Augmentation SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82, DAC 91-13, and Defense Publication Notice (DPN) 20150602. This announcement constitutes the only solicitation. Quotes are being requested and a written request for quotation (RFQ) will not be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any). AFMETCAL at Heath OH intends to solicit and award a sole source firm fixed price purchase order under Simplified Acquisition Procedures (SAP), in accordance with Federal Acquisition Regulation (FAR) FAR Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, for the purchase of IVD Flexible Drivers and System Augmentation to Tegam, 10 Tegam Way, Geneva, OH 44041. Tegam possesses the proprietary information and knowledge of the complex system hardware and software. The RFQ number is FA2263-15-Q-0022 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334513 and the business size standard is 500 employees. This RFQ is being solicited as a sole source. Offerors are requested to provide pricing for the follow-on effort that will comply with the Statement of Work dated 12 May 2015. Products offered shall be commercially available. Items proposed shall be new units. Reconditioned, remanufactured, or used items are not acceptable and shall not be proposed. The units must meet the requirements of Statement of Work 1312 Attenuation Measurement System, dated 12 May 2015. The Statement of Work is available for download at this site. Please review ALL documents carefully. Deliverables shall be due at the completion of each phase of the project. All units will be shipped to AFMETCAL in Heath Ohio. Delivery shall be FOB destination. Invoices may not be submitted in Wide Area WorkFlow (WAWF) until the units have been accepted. Offerors will be required to provide pricing for each phase as listed in the Statement of Work. Offerors shall complete Schedule B, posted at this site, for proposed pricing. The current versions of the following provisions and clauses, both by reference or full text, apply to this acquisition and are incorporated herein: 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 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 "Evaluation--Commercial Items - (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:" 1. Technical. Capability of the item offered to meet the Government requirements as stated in the Statement of Work; and 2. Price. Award will be based on technical acceptability (acceptable or not acceptable) and then lowest total evaluated price. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this request for quotation. Technical Tradeoffs will not be made and no additional credit will be given for exceeding acceptability. All offeror's shall provide with their proposal: descriptive literature, brochures, and a technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed unit. The technical proposal response MUST include a written line-by-line response to each paragraph number of the Statement of Work, and provide sufficient supporting technical literature. Solely restating the paragraphs of the Statement of Work or limiting the response to a simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific purchase description paragraph, you may reference that page and paragraph of the technical literature in your technical response in lieu of restating it. The total evaluated price will be calculated as follows: (1) The evaluated price will be the unit price proposed multiplied by the specified unit quantity (e.g. 2 EACH). (2) The sum of all CLINs (Basic Year) will represent the total evaluated price. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I. Each offeror shall include a completed copy of this provision. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) Website accessed through http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete paragraphs (c) through (p) of this provision; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION); 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 52.222-35 Equal Opportunity for Veterans 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 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34 F.o.b. - Destination; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.225-7035 Buy American - Free Trade Agreements - Balance of Payments Program Certificate, with Alternate I; DFARS 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program, with Alternate I; DFARS 252.227-7015 Technical Data - Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; 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 252.244-7000 Subcontracts for Commercial Items; DFARS 252.247-7023 Transportation of Supplies by Sea; AFFARS 5352.201-9101 Ombudsman - When appropriate, potential offerors may contact Ombudsman Jill Willingham-Allen, AFLCMC/AQP at Phone 937-255-5472. It is the offeror's responsibility to be familiar with the applicable provisions and clauses. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). Offers need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items; and include a completed FAR 52.212-3, Offeror Representations and Certifications. The Government's preferred method is Online Representations and Certifications. The reps and certs in FAR 52.212-3 fill-in must be completed and returned with offer. This can be accomplished by registering in the System for Award Management (SAM) at https://www.sam.gov and completing the on-line Representations and Certifications. IMPORTANT NOTICE TO OFFERORS: All prospective awardees are required to register at SAM and maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at https://wawf.eb.mil. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The government reserves the right to limit the number of offers reviewed for award, for efficiency purposes. The offer MUST: (1) be valid for a period of 90 days, (2) be for the item described in the Statement of Work, (3) be FOB Destination, (4) include a delivery schedule, (5) include name of and be signed by an authorized company representative along with telephone number, facsimile number, and email address, (6) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, (7) include a technical proposal that includes a written line-by-line response to the SOW, (8) include copy of offeror's standard commercial warranty, (9) include completed Schedule B, which includes pricing for option year quantities, (10) completed FAR 52.212-3, Offeror Representations and Certifications. Offerors shall ensure information in SAM is current. The Government reserves the right to incorporate the successful offeror's technical proposal into any contract resulting from this solicitation. Supplies are available from only one responsible source. No other type of supply will satisfy agency requirements. Interested persons may identify their interest and capability to meet the requirement. This notice of intent is not a request for competitive proposals. This will be a DO-A70 rated order. Offers are due by 20 July 2015 at 2:00 PM EDT to: Michael Hickey, AFMETCAL, 813 Irving-Wick Dr W, Bldg. 2, Heath OH 43056-1199. Facsimile submissions to 740-788-5157 are permissible with the follow-up of an original sent by overnight mail. Electronic submissions to michael.hickey.2@us.af.mil are permissible in a PDF compatible attachment with an original sent by overnight mail. Due to current Air Force requirements emails shall not include ZIP files. Offerors bare the risk for receipt of submitted offers being untimely. Offerors shall allow sufficient time for receipt of electronic submissions by the due date and time. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. All responsible sources may submit an offer, which if received timely shall be considered by this agency. If no written response is received by 20 July 2015, to the effect that comparable items are available that meet the Government's requirements, and that it is more advantageous to the Government than obtaining these items through a sole source procurement with Tegam, a sole source award will be made.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FA2263-15-Q-0022/listing.html)
- Record
- SN03770872-W 20150621/150619235332-33f9541797cb2dded8dd84868a73e9cc (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 |