Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SOLICITATION NOTICE

16 -- Multiple National Stock Numbers (NSNs) Supporting Various Weapon Systems for a Sole Source Long Term Contract (LTC) to Avox Systems, Inc. - Avox Commercial RFP Attachments

Notice Date
5/17/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
SPE4AX17R0022
 
Point of Contact
Melissa Ann Small, Phone: 2568761602
 
E-Mail Address
melissa.small@dla.mil
(melissa.small@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 - PID / Pack Data Attachment 2 - Pricing Worksheet Attachment 1 - IOR This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. This is a request for proposal (RFP), solicitation number SPE4AX-17-R-0022, for a long-term strategic / sole source contract which will include multiple NSNs to support various weapon systems including but not limited to the F-15, C-130, Galaxy C-5, Orion P-3, KC-135, C-130F, A-10, C-17A, C-2A and T-38. A total of 21 NSNs are targeted to be priced for the initial population of this contract effort (see attached Identification of Requirements (IOR) at Attachment 1). Additional items will be added in multiple phases as identified and will be synopsized separately. The proposed action is intended to be awarded on a sole source basis as supported by a justification and approval (J&A) in accordance with FAR 6.302-1. This sole source requirement will be purchased from the following company: Avox Systems, Inc. (Avox) 225 Erie Street Lancaster, NY 14086-9501 Contractor and Government Entity (CAGE) code: 53655 Large Business T he proposed contract will be for a total five-year period of performance (three-year base period and one two-year option). Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified original equipment manufacturer (OEM). The initial population is proposed to be a FAR Part 12 commercial items only. The proposed contract will be a fixed price requirements-type contract (RTC) with prospective price redetermination. The attached lists of 21 NSNs are the items that have been identified for the initial population to be awarded. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. All items will be awarded on a free on board (FOB) origin basis only with inspection and acceptance at origin. These items have been identified as sole source however some items may have history showing awards to other than the OEM. Responses to this announcement from other than the OEM are required by June 16, 2017 by 3:00 p.m. Central Time and should identify items of interest and include evidence of ability to supply the items for the contract period as identified. Surplus dealers are also invited to respond to this combined synopsis / solicitation. The response should include a completed surplus certificate, Defense Logistics Agency Directives (DLAD) 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. In addition, respondents should identify the quantity available and price. A copy of the letter of interest should be forwarded to the Contracting Officer identified herein and the Small Business Administration (SBA) Procurement Center Representative (PCR) ( anne.mastrincola@dla.mil ). The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government. All responses are due no later than June 16, 2017 by 3:00 p.m. Central Time. This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. This is a request for proposal (RFP), solicitation number SPE4AX-17-R-0022, for a long-term strategic / sole source contract which will include multiple NSNs to support various weapon systems including but not limited to the F-15, C-130, Galaxy C-5, Orion P-3, KC-135, C-130F, A-10, C-17A, C-2A and T-38. A total of 21 NSNs are targeted to be priced for the initial population of this contract effort (see attached Identification of Requirements (IOR) at Attachment 1). Additional items will be added in multiple phases as identified and will be synopsized separately. The proposed action is intended to be awarded on a sole source basis as supported by a justification and approval (J&A) in accordance with FAR 6.302-1. This sole source requirement will be purchased from the following company: Avox Systems, Inc. (Avox) 225 Erie Street Lancaster, NY 14086-9501 Contractor and Government Entity (CAGE) code: 53655 Large Business The proposed contract will be for a total five-year period of performance (three-year base period and one two-year option). Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified original equipment manufacturer (OEM). The initial population is proposed to be a FAR Part 12 commercial items only. The proposed contract will be a fixed price requirements-type contract (RTC) with prospective price redetermination. The attached lists of 21 NSNs are the items that have been identified for the initial population to be awarded. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. All items will be awarded on a free on board (FOB) origin basis only with inspection and acceptance at origin. These items have been identified as sole source however some items may have history showing awards to other than the OEM. Responses to this announcement from other than the OEM are required by June 16, 2017 by 3:00 p.m. Central Time and should identify items of interest and include evidence of ability to supply the items for the contract period as identified. Surplus dealers are also invited to respond to this combined synopsis / solicitation. The response should include a completed surplus certificate, Defense Logistics Agency Directives (DLAD) 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. In addition, respondents should identify the quantity available and price. A copy of the letter of interest should be forwarded to the Contracting Officer identified herein and the Small Business Administration (SBA) Procurement Center Representative (PCR) (anne.mastrincola@dla.mil). The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government. All responses are due no later than June 16, 2017 by 3:00 p.m. Central Time. Offerors are requested to use the Pricing Worksheet at Attachment 2 when submitting a proposal. IMPORTANT NOTE: While FAR Part 12, commercial item acquisition procedures are being utilized for this procurement military standard packaging and specifications apply to all 21 items being solicited. All applicable packaging and specification details are provided in the Procurement Item Description (PID) and Pack Data at Attachment 3. It is critical that all potential offerors review the information at Attachment 3 carefully and in detail. FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses as cited in 52.212-5 are applicable to this effort. • 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C., 253g and 10 U.S.C. 2402) • 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (Pub. L.110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)) • 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (OCT 2016) (Pub. L.109-282) (31 U.S.C. 6101 note) • 52.209-6, Protecting the Government's Interest When Subcontracting with Contactors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 610 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the shelf items). • 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313) • 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)) • 52.219-9, Small Business Subcontracting Plan (JAN 2017) (15 U.S.C. 637(d)(4)) • Alternate II (NOV 2016) of 52.219-9 • 52.219-16, Liquidated Damages - Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)) • 52.222-3, Convict Labor (JUNE 2003) (E.O.11755) • 52.222-19, Child Labor - Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) • 52.222-21, Prohibition of Segregated Facilities (APR 2015) • 52.222-26, Equal Opportunity (SEP 2016) (E.O.11246) • 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) • 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) • 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) • 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) • 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) • 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). • 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) • 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016) • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) • 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) • 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332) • 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)) Any contract awarded as a result of this solicitation will be DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. IMPORTANT NOTE: While FAR Part 12, commercial item acquisition procedures are being utilized for this procurement military standard packaging and specifications apply to all 21 items being solicited. All applicable packaging and specification details are provided in the Procurement Item Description (PID) and Pack Data at Attachment 3. It is critical that all potential offerors review the information at Attachment 3 carefully and in detail. FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to thisacquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses as cited in 52.212-5 are applicable to this effort. 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C., 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (Pub. L.110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)) 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (OCT 2016) (Pub. L.109-282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government's Interest When Subcontracting with Contactors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 610 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the shelf items). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)) 52.219-9, Small Business Subcontracting Plan (JAN 2017) (15 U.S.C. 637(d)(4)) Alternate II (NOV 2016) of 52.219-9 52.219-16, Liquidated Damages - Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)) 52.222-3, Convict Labor (JUNE 2003) (E.O.11755) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) (E.O.11246) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 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) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)) Any contract awarded as a result of this solicitation will be DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4AX17R0022/listing.html)
 
Place of Performance
Address: 225 Erie Street, Lancaster, New York, 14086, United States
Zip Code: 14086
 
Record
SN04511837-W 20170519/170517234911-500d26a9558c4c2b1164c2f968c10605 (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.