SOLICITATION NOTICE
66 -- Air Monitoring System - Salient Characteristics
- Notice Date
- 8/30/2018
- 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 Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
- ZIP Code
- 93437-5212
- Solicitation Number
- FA4610-18-Q-0012
- Archive Date
- 9/22/2018
- Point of Contact
- Katherine A. Stewart, Phone: 8056053933, Katherine Williams, Phone: 8056061507
- E-Mail Address
-
katherine.stewart.2@us.af.mil, katherine.williams.9@us.af.mil
(katherine.stewart.2@us.af.mil, katherine.williams.9@us.af.mil)
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- Salient Characteristics 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ), RFQ # FA4610-18-Q-0012. Submit written offers IAW CLIN structure outlined in announcement. A quote template sheet has been provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98 and DFARS DPN 20180629. North American Industrial Classification Standard (NAICS) 334513 and Size Standard of 750 Employees apply to this procurement. Purchase Request #: F3ST708122A001 Project Title: AFPET Air Monitoring 1. Quotes should conform to the CLIN structure as established below. 2. Quotes shall be valid through 9/30/2018. 3. Please see attached documents for detailed description of requirements. 4. All questions or comments must be provided to the Contract Specialist (CS) in writing via email NLT 6 Sept 2018 at 09:00 A.M. PST. Answers will be posted on or about 6 Sept 2018 at 04:00 P.M. PST. Telephone and other means of oral communication will not be permitted. 5. Quotes must be sent to Contract Specialist Katherine A. Stewart at katherine.stewart.2@us.af.mil no later than 7 Sept 2018 at 12:00 P.M. PST. The contract will be Firm Fixed Price with the CLIN structure reflected in the salient characteristics (see Attachment 1). The following clauses are incorporated by reference in the final award: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporation 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation With Authorities and Remedies 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combat Trafficking in Persons 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act & Balance of Payments 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea The following clauses are incorporated by full text in the final award: 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (xii) X (A) N/A (B) 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses (b) Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) 252.211-7003 Item Identification and valuation (Auth. 211.274-6 (a)(1)) Fill-in Text: (c)(1)(ii): ___________ 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in Text: (b): When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-statusstates-territories (c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): [Contracting Officer shall insert the significant evaluation factors] 52.212-3, Alt I Offerors Representations & Certifications - Commercial Items 52.252-1 Solicitation Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 5352.215-9001 Notice of Pre-Bid/Pre-Proposal Conference (a) A pre-bid/pre-proposal conference will be conducted at the Visitors Center just outside the Main Gate off of HWY 1, Bldg. 17595 California Blvd, Vandenberg AFB, CA 93437 on 05 September 2018 at 10:00 A.M. PST for the purpose of answering questions regarding this solicitation and a short site visit. (b) Site Visit: (1) Submit the names of all attendees, (2) their date of birth and (3) driver's license number to Katherine A. Stewart at katherine.stewart.2@us.af.mil prior to 11:00 A.M. PST, 04 September 2018. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Bidders/Offerors are requested to submit questions to point of contact noted above not later than 06 September 2018 at 4:00 P.M. PST. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. (End Provision) Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award. KATHERINE J. WILLIAMS Contracting Officer Attachment: 1. Salient Characteristics for Air Monitoring
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-18-Q-0012/listing.html)
- Place of Performance
- Address: USAF - Vandenberg AFB CA, Lompoc, California, 93437-5212, United States
- Zip Code: 93437-5212
- Zip Code: 93437-5212
- Record
- SN05065207-W 20180901/180830231810-dbc6eb85c20ee9846eafb961cb413f2d (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 |