Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2019 FBO #6522
MODIFICATION

99 -- Science Fair Awards - Q&A 1

Notice Date
10/2/2019
 
Notice Type
Modification/Amendment
 
NAICS
453220 — Gift, Novelty, and Souvenir Stores
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-19-Q-A167
 
Archive Date
10/19/2019
 
Point of Contact
Hannah A Wood, Phone: 9375224550
 
E-Mail Address
hannah.wood.3@us.af.mil
(hannah.wood.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 - Statement of Work - Rev 1 - 2Oct19 Q&A 1 COMBINED SYNOPSIS/SOLICITATION This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for QTY 1,500 Over the Shoulder Sling Packs, QTY 1,500 Power Banks, QTY 1,500 Dog Tag USB Flash Memory Drives, and QTY 1,500 Dual USB Car Chargers for The Air Force Research Lab's (AFRL) Regional Science and Engineering Fair Program, at Wright-Patterson AFB, OH as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-101, effective 20 July 2018; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20180629, effective 29 June 2018; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2018-0525, effective 25 May 2018. This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the combined synopsis/solicitation. 2. Receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The combined synopsis/solicitation number for this requirement is FA8601-19-Q-A167 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The associated North American Industrial Classification System (NAICS) code is 453220 with a small business size standard of $7.5 Million Dollars. This acquisition is set-aside 100% for Small Business Concerns and only qualified offerors may submit proposals. NAICS Code: 453220 - Gift, Novelty, and Souvenir Stores Small Business Size Standard: $7.5 Million Dollars The TEP consists of the following Contract Line Item Numbers (CLINs), which should be structured as follows: CLIN 0001 - Over the Shoulder Sling Pack (QTY 1,500) CLIN 0002 - Power Bank (QTY 1,500) CLIN 0003 - Dog Tag USB Flash Memory Drive (QTY 1,500) CLIN 0004 - Dual USB Car Charger (QTY 1,500) Acceptable means of Submission: All submissions must be submitted electronically to the following email address hannah.wood.3@us.af.mil by Friday 4 October 2019 1:00 P.M. EST. Any correspondence sent via e-mail must contain the subject line "FA8601-19-Q-A167, AFIT Science Fair Awards" The entire proposal must be contained in a single e-mail, unless otherwise approved, and must not exceed 5 megabytes, including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received. Delivery Schedule: To be delivered 45 days after contract award Delivery Destination: Integrated Solutions and Services ATTN: Daniel Andrews II (AFRL/EN) 930 Capstone Dr. Miamisburg, OH 45432 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirement: (Please see Attachment 1-Statement of Work-Rev 1-2Oct19) 1. Over the Shoulder Sling Pack (Quantity: 1500) 1. Durable 600D quality or equivalent 2. Black polyester backpack with stylish royal blue accents and white accent. Royal blue is an acceptable alternative base color to black. 3. Large zippered front pocket 4. Mesh catch pocket 5. Rubber ear bud port 6. Adjustable shoulder strap 7. Dimensions of the sling pack : 13 in X 15 in X 7.50 in (see updated SOW 2Oct19) 8. The U.S. Air Force logo shall be imprinted on the backpack in blue. 2. Power Bank (Quantity: 1500) 1. Minimum Capacity: 2,000 mAh 2. Output: Single USB output 5V/1A 3. Color: Standard Blue 4. Input: 5V/1.0-2.0A via Micro USB Input 5. LED Power Indicator 6. Battery: Rechargeable Internal lition Grade a Battery 7. Micro-USB cable 8. Dimensions of Power Bank: 4-3/4"h x 7/8"dia (acceptable dimension range of +/- 1 inch) 9. The U.S. Air Force logo shall be imprinted on the Blue Power Bank in white. 3. Dog Tag USB Flash Memory Drive (Quantity: 1500) 1. Product Size: 2"h x 1-1/8" w x 3/8" (acceptable dimension range of +/- 1/8 inch) 2. Bead Chain: 12" - 18" 3. Imprint Area: 5/8"h x 5/8"w (acceptable dimension range of +/- 1/8 inch) 4. Color: Standard Blue 5. Minimum Memory Capacity: 2GB 6. The U.S. Air Force logo shall be imprinted on the front of the dog tag in white. 4. Dual USB Car Charger (Quantity: 1500) 1. Dual USB port 2. Dual USB port output: 1 x 2.1-4A, 1 x 1.0A 3. Input: Standard 12V DC car power outlet (standard cigarette lighter port) 4. LED power indicator 5. Dimensions of adapter set: a. 0.8" to 2" height b. 2" to 3" width 6. Color: Standard Blue 7. The U.S. Air Force logo shall be imprinted in white See Attachment 1 - Statement of Work for more details. The anticipated award is Firm-Fixed Price-LPTA. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforms to the combined synopsis/solicitation and is most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers. The proposals may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN. 2. Point of contact's name, phone, and email. 3. Proposal number & date. 4. Timeframe that the proposal is valid. 5. Individual item price. 6. Total price (Net 30), No Progress Payments. 7. Shipping (FOB Destination). 8. Delivery Schedule. 9. Completed copy of representations and certifications (Attachment 3) Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1). The Contracting Officer will review proposal based on the factors listed in this combined synopsis/solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this combined synopsis/solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow - Receipt and Acceptance (WAWF - RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: (a) North American Industry Classification System (NAICS) code and small business size standard are as specified above. (b) Submission of offers is as prescribed in the text of this combined synopsis/solicitation. Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Length of the proposal shall not exceed 10 pages. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide for the Science Fair Award Items as described in the SOW. CLIN Structure and Provisions and Clauses can be found in Attachment 4. Attachments: 1. Statement of Work 2. Air Force Logo Display Guidelines 3. Reps and Certs (FAR 52.212-3(b) Alt I, FAR 52.222-22 and FAR 52.222-25, FAR 52.209-11) 4. CLIN Structure and Provisions and Clauses Please direct all questions to Hannah Wood, hannah.wood.3@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-19-Q-A167/listing.html)
 
Record
SN05466375-W 20191004/191002230649-2c7a039b35544eef0805c5b7f264ef72 (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.