Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
MODIFICATION

61 -- WIRE - Question and Answer #1

Notice Date
4/23/2018
 
Notice Type
Modification/Amendment
 
NAICS
331420 — Copper Rolling, Drawing, Extruding, and Alloying
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-18-T-0003
 
Archive Date
5/19/2018
 
Point of Contact
Matthew D. Chartier, Phone: 6612754970
 
E-Mail Address
matthew.chartier.2@us.af.mil
(matthew.chartier.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Question and Answer #1 (i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for this requirement. (ii) Solicitation Number: FA9302-18-T-0003 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation, including CAGE Code, DUNS Number, and date offer expires. Contractors must provide pricing (Attachment 1) for each Item Description on the attached spreadsheet under each Column: Price Per Foot (4 WARO) (Includes Shipping) & Price Per Foot (6 WARO) (Includes Shipping). Contractors must provide a copy of their Current ISO 9001 Certification from Manufacturers and adhere to AS9100C in accordance with AS9104A, (Non-manufacturer must provide from their supplier). The Government requires all offerors pricing to remain valid for a minimum of six (6) months after award on all items listed in Attachment 1. The Government requires all offerors to be able to meet all areas of the Statement of Work (Attachment 2). The Government requires all offerors to review the BPA Terms and Conditions that will be placed within this agreement (Attachment 3). Contractors must be registered in the System for Award Management (https://www.sam.gov) prior to award. This solicitation is issued as a request for quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-96, DPN 20171208, and AFAC 2017-1003. (iv) THIS REQUIREMENT WILL BE: 100% Small Business Set-Aside The North American Industry Classification System (NAICS) number for this acquisition is 331420 with a size standard of 6145 employees. (v) Please see Attachment 1, for a full list of required wires. (vi) Description: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement to provide wires to end users within the 412th MXG facilities. Please see Statement of Work. (vii) Place of delivery and acceptance is FOB Destination, Edwards AFB, CA 93524. Any/all delivery charges must be included in the quote for FOB Destination. Period of Performance (POP) is anticipated to be 05 June 18 - 04 June 23. The Government intends to issue one (1) to three (3) Blanket Purchase Agreements (BPAs) as a result of this solicitation. (viii) FAR 52.212-1 - Instructions to Offerors - Commercial Items applies to this acquisition. (ix) FAR 52.212-2 - Evaluation - Commercial Items applies to this acquisition. The Government will award a contract resulting on a Lowest Price Technically Acceptable Basis 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: (i) Price; 1.) The Government will evaluate each offeror's proposed FFP prices under each Columns Per Foot (4 WARO) (Includes Shipping) & Price Per Foot (6 WARO) (Includes Shipping) (attachment 1) to determine whether they are mathematically and materially balanced. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more CLINs, or CLIN elements, appears to be significantly overstated or understated as indicated by the application of price or cost analysis techniques. Unbalanced pricing may increase performance risk and could result in the payment of unreasonably high prices. Therefore, an offer may be rejected if the Contracting Officer determines the lack of balance poses an unacceptable risk to the Government. 2.) Lowest Price will be determined by summing each Offeror's Price under each Columns Price Per Foot (4 WARO) (Includes Shipping) & Price Per Foot (6 WARO) (Includes Shipping) (attachment 1) and dividing by 60 (the number of requested wires). The two remaining averages will be divided by two (2) which will reflect one remaining number showing the average price. (ii) Technical capability of the item offered to meet the Government requirement; 1.) Offerors must provide a copy of their Current ISO 9001 Certification. Certification must be up-to-date and valid. 2.) Offerors must provide a completed pricing list and state within the attachment that their "Pricing Is Good for 6 Months After Receipt of Order" (Attachment 1). The price list is considered complete when Columns Price Per Foot (4 WARO) (Includes Shipping) & Price Per Foot (6 WARO) (Includes Shipping) consist of a price for each wire. (x) FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 2017) and FAR 52.212-3 - Alternate I Offeror Representations and Certifications - Commercial Items (Oct 2014) apply to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items, with its offer-or complete the provision located at http://www.sam.gov/portal. (xi) FAR 52.212-4 - Contract Terms and Conditions - Commercial Items applies to this acquisition. (xii) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following clauses cited in FAR52.212-5 apply to this acquisition: FAR 52.219-6 - Notice of Total Small Business Set Aside (Nov 2011) FAR 52.219-28 - Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor--Cooperation with Authorities and Remedies (Oct 2016) FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Sep 2016) FAR 52.222-50 - Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text-Messaging While Driving (Aug 2011) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-36 - Payment by Third Party (May 2014) (xiii) Additional Contract Requirement or Terms and Conditions: FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 215) FAR 52.212-4 Contract Terms and Conditions (Jan 2017) FAR 52.223-3 Hazardous Material Identification & Material Safety Data (Jan 1997) FAR 52.232-23 Assignment of Claims (May 2014) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252.211-7003 Item Identification and Valuation (Mar 2016) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7000 Buy American Statute - Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7001 Buy American and Balance of Payments Program (Dec 2017) DFARS 252.225-7048 Export-Controlled Items (Jun 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card (Dec 2006) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.244-7000 Subcontracts for Commercial Items - Components (DoD Contracts) (Jun 2013) DFARS 252.247-7023 Transportation of Supplies by Sea - Basic (Apr 2014) AFFARS 5352.223-9001 Health & Safety on Government Installations (Nov 2012) AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) AF 5352.201-9101 OMBUDSMAN (Jun 2016) (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: Air Force Test Center Vice Commander 1 South Rosamond Blvd Edwards AFB CA 93524-3784 Phone: 661-277-2810 Fax: 661-275-7593 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. (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. (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Offers are due by Friday, 4 May 2018 at 3:00 PM PST. Offers must be sent to Matthew Chartier at matthew.chartier.2@us.af.mil via electronic mail. No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below, NLT 1:00 pm PST on Tuesday, 1 May 2018. See attached Q&A's. (xvi) For additional information regarding this solicitation contact: Matthew Chartier Email: matthew.chartier.2@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-18-T-0003/listing.html)
 
Place of Performance
Address: Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04897500-W 20180425/180423230514-e8383d4ce701a5a0562d228241ec58f0 (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.