SOLICITATION NOTICE
66 -- ASMC FMT Imager - AMSC FMT Imager
- Notice Date
- 8/27/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
- ZIP Code
- 37389-1335
- Solicitation Number
- FA9101-18-Q-0032
- Archive Date
- 10/12/2018
- Point of Contact
- Karen T. Stovall, Phone: 9314543918, Adam P Foret, Phone: 9314544448
- E-Mail Address
-
karen.stovall.1@us.af.mil, adam.foret.1@us.af.mil
(karen.stovall.1@us.af.mil, adam.foret.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- AMSC FMT Imager This is a combined synopsis/solicitation for commercial supplies 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. This is a Request for Quote (RFQ) for one (1) Visible-IR infrared camera head. The solicitation number for this requirement is FA9101-18-Q-0032. The North American Industry Classification System code (NAICS) is 334516, with a Small Business Size Standard of 1000 employees. A firm fixed price purchase order will be awarded. DESCRIPTION: See item description, attached to this solicitation. SET-ASIDE: IAW FAR Subpart 6.1, this acquisition will be a full and open competition. BASIS FOR AWARD: The Government will award a purchase order resulting from this request to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Price and Technical capability. The Government will evaluate the offeror's item description to ensure all requirements for the imager are met. Reference below Addenda to 52.212-2, Evaluation -- Commercial Items for more information. DELIVERY ADDRESS: Arnold AFB, TN 37389 DELIVERY DATE: 60 days after receipt of order (DARO) QUOTE DEADLINE: Receipt of quotes are due September 27, 2018. Quotes may be emailed to Karen T. Stovall, Contract Specialist, at karen.stovall.1@us.af.mil. For any questions, please call 931-454-3918. Quotes received after this date and time may not be reviewed. QUOTE SUBMISSION INFORMATION: Quotes can be e-mailed to the address or number identified above. If you e-mail your quote, page 2 (or equivalent*) must be scanned so we have a signed quote. Your quotes shall include but is not limited to the following: 1. Complete (must be signed) Page 2 of Combined Synopsis/Solicitation (or contractor equivalent*) 2. FAR 52.212-3, Offeror Representations and Certifications (or certification in SAM.gov) *The offeror is not required to use Page 2 of this Combined Synopsis/Solicitation; however, if you choose not to use it, all of the information on Page 2 must be included in your quote. SAM/DUNS/WAWF: All quotes must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Workflow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. Offeror's Information Offeror Name & Address: POC: CAGE: Phone: DUNS: Fax: Tax ID: E-Mail Item number Description* Brand Name or equal See requirements document attached Quantity Unit Unit Price Total Price 0001 Visible-IR infrared camera head 1 DELIVERY DATE: The contractor shall deliver all items NLT 60 DARO. This delivery date is mandatory, negotiable. Shipping: FOB Destination NOTE : If the "negotiable" block is checked, please complete the following if you disagree with aforementioned performance period: Request delivery date be changed to: PAYMENT TERMS: The Government shall consider your "DISCOUNT TERMS" to be NET 30 unless following block is marked and filled-in completely: Use the following DISCOUNT TERMS for this offer: % days; Net 30 ADDITIONAL INFORMATION (for Offeror Use): {Insert Name} DATE {Insert Title} By submission of an quote, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation in accordance with FAR 52.204-7 - System for Award Management. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. PROVISIONS/CLAUSES: Provisions and clauses may be obtained via the internet through the following websites: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by full text: ADDENDA TO 52.212-2, Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: •1) Price 2) Technical capability of the item offered to meet the Government requirement Price - Received quotes will be ranked and arranged by price (lowest first) before the Government assesses technical capability. Rankings/arrangement will based on total price inclusive of transportation charges from the shipping point of the supplier to the delivery destination. Technical - An offeror must provide specific evidence that the item(s) quoted are capable of fulfilling the minimum requirement. Technical criteria will be evaluated by a technical advisor for compatibility/functionality review and rated IAW Table A-1 (as provided below). Documents submitted in response to this solicitation must be fully responsive to and consistent with the following (if applicable): (1) Requirements of the solicitation, Statement of Need and government standards and regulations pertaining to this requirement. If this solicitation has been designated as Brand Name or Equal IAW FAR 52.211-6, the technical advisor will compare an offerors proposed product/service against the brand names salient physical, functional, or performance characteristics to determine technical acceptance. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. If the lowest priced quote is determined to be technically acceptable, that quote represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that quoter without further consideration of any other quotes. If the lowest priced quote is evaluated to be technically unacceptable the next lowest priced quote will be evaluated and the process will continue (in order by price) until an offeror is determined to be technically acceptable, or until all quotes are evaluated. (End of Provision) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil (End of Provision) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting. (End of Clause) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100, Effective 22 Aug 2018; Defense Acquisition Circular DPN 20180629, Effective 29 Jun 2018; and Air Force Acquisition Circular (AFAC) 2018-0525, Effective 25 May 2018. The following contract provisions and clauses are incorporated by reference: FEDERAL ACQUISITION REGULATION (FAR) CONTRACT PROVISIONS/CLAUSES FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-13, System for Award management Maintenance (Oct 2016) FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (ALT I) (Nov 2017) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or ExecutiveOrders--Commercial Items (Jan 2017) Within FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (NOV 2017), the following provisions and clauses are incorporated by text: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Representation 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, Affirmative Action for Workers with Disabilities FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 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 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.247-34, F.O.B. Destination (Nov 1991) FAR 52.252-4, Alterations in Contract (Apr 1984) Portions of this contract are altered as follows: N/A The following Defense Federal Acquisition Regulation Supplement (DFARS) and Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply to this solicitation and are incorporated by reference: DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT (DFARS) CONTRACT PROVISIONS/CLAUSES 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 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) DFARS 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) DFARS 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) DFARS 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) DFARS 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL (MAR 2012) DFARS 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONG CONVICTION UNDER FEDERAL LAW (JAN 2012) DFARS 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATION (JUN 2015) DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 2012) DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (DOD CONTRACTS) (JUN 2013) DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA-BASIC (APR 2014) AIR FORCE FEDERAL ACQUISITION REGULATION SUPPLEMENT (AFFARS) CONTRACT PROVISIONS/CLAUSES AFFARS 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) The following AFFARS clause applies and is incorporated in full text AFFARS 5352.201-9101, Ombudsman (June 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, The Center/MAJCOM or AFISRA Ombudsmen, Air Force Test Center Vice Commander, 1 South Rosamond Blvd, Edward AFB, CA 93524-3784, Phone Number (661) 2772810, Facsimile Number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/FA9101-18-Q-0032/listing.html)
- Record
- SN05057706-W 20180829/180827231147-b2a47c4e87a7dbf8a9b398dc14efedc0 (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 |