SOLICITATION NOTICE
59 -- VDATS Chassis
- Notice Date
- 6/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3QCCM6069A002
- Archive Date
- 7/26/2016
- Point of Contact
- Jessica Kutay, Phone: 4789269508, Harold Craig Polk, Phone: (478)222-0954
- E-Mail Address
-
jessica.kutay.1@us.af.mil, harold.polk@us.af.mil
(jessica.kutay.1@us.af.mil, harold.polk@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1) This is a 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 solicitation; quotes are being requested and a written solicitation will not be issued. 2) This solicitation is issued as Request for Quotation (RFQ) No. F3QCCM6069A002. 3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, DFARS Change Notice 20160607, and AFAC 2016-0603. 4) The resulting award will be a single Indefinite Quantity Indefinite Delivery (IDIQ) contract with a five-year ordering period. The contract minimum order quantity is 11 each and the contract maximum order quantity is 75 each. Contract line item numbers (CLINs) and items, quantities, and units of measure: CLIN 0001 Item: Chassis, Electrical, NSN 5975-01-577-1282KV (P/N 608-223-02), or NSN 5979-01-596-1426 (P/N 590-1003-F02-02), or P/N 1263HprB. This item shall apply for orders placed from date of award through one year thereafter. Minimum Quantity: 11 each Maximum Quantity: 15 each CLIN 0002 Item: Chassis, Electrical, NSN 5975-01-577-1282KV (P/N 608-223-02), or NSN 5979-01-596-1426 (P/N 590-1003-F02-02), or P/N 1263HprB. This item shall apply for orders issued beginning the first day following expiration of the CLIN 0001 ordering period through one year thereafter. Maximum Quantity: 15 each CLIN 0003 Item: Chassis, Electrical, NSN 5975-01-577-1282KV (P/N 608-223-02), or NSN 5979-01-596-1426 (P/N 590-1003-F02-02), or P/N 1263HprB. This item shall apply for orders issued beginning the first day following expiration of the CLIN 0002 ordering period through one year thereafter. Maximum Quantity: 15 each CLIN 0004 Item: Chassis, Electrical, NSN 5975-01-577-1282KV (P/N 608-223-02), or NSN 5979-01-596-1426 (P/N 590-1003-F02-02), or P/N 1263HprB. This item shall apply for orders issued beginning the first day following expiration of the CLIN 0003 ordering period through one year thereafter. Maximum Quantity: 15 each CLIN 0005 Item: Chassis, Electrical, NSN 5975-01-577-1282KV (P/N 608-223-02), or NSN 5979-01-596-1426 (P/N 590-1003-F02-02), or P/N 1263HprB. This item shall apply for orders issued beginning the first day following expiration of the CLIN 0004 ordering period through one year thereafter. Maximum Quantity: 15 each 5) Required delivery schedule is 30 days after receipt of order. Place of delivery and FOB point is Robins AFB, GA. In addition to price, quotations shall include CAGE code, DUNS number, and taxpayer ID number. Quotations should be emailed to Jessica Kutay (jessica.kutay.1@us.af.mil) no later than 11 July 2016, 2:00 pm EDT. 6) The following provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuities (Apr 1984) FAR 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). FAR 52.204-7 System for Award Management (Jul 2013) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014) The following factor shall be used to evaluate offers: Price. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items Alternate 1 (Apr 2016) (Offerors shall include a completed copy of this provision with their offer. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision.) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (DEVIATION 2013-O0019) (Mar 2016) FAR 52.216-19 ORDER LIMITATIONS. (OCT 1995) Minimum order. When the Government requires supplies or services covered by this contract in an amount less than 1, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. Maximum order. The Contractor is not obligated to honor: Any order for a single item in excess of 30; Any order for a combination of items in excess of 45; or A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 15 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) FAR 52.216-22 INDEFINITE QUANTITY. (OCT 1995) FAR 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), with Alternate II (Oct 2001). FAR 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637 (d)(4), with Alternate II (Oct 2001). FAR 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 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.) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011. DFARS 252.203-7003, Agency Office of the Inspector General (Dec 2012). DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011). DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015). DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015). DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016). DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991). DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016). DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010). DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Jun 2015). DFARS 252.215-7007, Notice of Intent to Resolicit (Jun 2012). DFARS 252.215-7008, Only One Offer (Oct 2013). DFARS 252.216-7006, Ordering (MAY 2011) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through five years from date of award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts)-Basic (Mar 2016). DFARS 252.219-7004, Small Business Subcontracting Plan (Test Program) (Oct 2014). DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons (Jan 2015). DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011). DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate-Basic (Nov 2014). DFARS 252.225-7001, Buy American and Balance of Payments Program-Basic (Nov 2014). DFARS 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013). DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004). DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012). DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013). DFARS 252.232-7010, Levies on Contract Payments (Dec 2006). DFARS 252.243-7002, Requests for Equitable Adjustment (Dec 2012). DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013). DFARS 252.246-7003, Notification of Potential Safety Issues (Jun 2013). 252.247-7023, Transportation of Supplies by Sea-Basic (Apr 2014). 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCM6069A002/listing.html)
- Place of Performance
- Address: Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN04163670-W 20160629/160627235221-27cf51276d4cfd2f83fb3e70ad1c10f8 (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 |