Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2020 SAM #6615
SOLICITATION NOTICE

49 -- F-16 Fuel and Liquid Gauging Adapter Cable Set

Notice Date
1/7/2020 7:06:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707 USA
 
ZIP Code
85707
 
Solicitation Number
FA4877-20-Q-A115
 
Response Due
1/9/2020 9:00:00 AM
 
Archive Date
01/24/2020
 
Point of Contact
Breysi Stephens, Phone: 5202283598, Fax: 5202285462, Rachelle L Jenkins, Phone: 5202283095
 
E-Mail Address
breysi.stephens@dm.af.mil, rachelle.jenkins.3@us.af.mil
(breysi.stephens@dm.af.mil, rachelle.jenkins.3@us.af.mil)
 
Description
COMBO SYNOPSIS - SOLICIATION F-16 FUEL AND LIQUID GAUGING ADAPTER CABLE SET (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 13 procedures for the acquisition of non-commercially available equipment, 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. (ii) Solicitation FA4877-20-Q-A115 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-02 effective 23 December 2019. The DFARS provisions and clauses are those in effect to DPN 20190531 effective 01 October 2019. The AFFARS provisions and clauses are those in effect to AFAC 2019-1001 effective 01 Oct 2019.� (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 336413. (v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety and return with any other documentation/data to support pricing elements. (vi) The government intends to award a firm-fixed price contract for the purchase of three (3) ea F-16 Fuel and Liquid Gauging Adapter Cable Set; for expedited delivery to the 309th Aerospace Maintenance and Regeneration Group (AMARG) located on Davis-Monthan Air Force Base, Arizona.� (vii) Delivery of equipment shall be FOB Destination and included in line item pricing.� The delivery must be coordinated with the designated AMARG point of contact. (viii) FAR 52.213-4 Terms and Conditions � Simplified Acquisitions (Other Than Commercial Items) (Oct 2019) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The pricing proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.� Technical Acceptability, at a minimum, is defined as providing original manufacturer equipment that meets specifications for noted National Stock Number provided and ability to meet the expedited delivery. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 2. The Government will award a contract resulting 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; (ii) Technical capability of proposed product meets Original Equipment Manufacturer specifications and is presented with a Certificate of Conformance. This will be a lowest price technically acceptable purchase. The lowest priced offer will be evaluated for technical acceptability.� If found technically acceptable award will be made without further consideration.� If found technically unacceptable the Government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror.� Past Performance will not be evaluated.� Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 3. System for Award Management Registration. (a) Definitions. As used in this provision� �Data Universal Numbering System (DUNS) number� means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. �Data Universal Numbering System+4 (DUNS+4) number� means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. �Registered in the System for Award Management (SAM) database� means that� (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record �Active�. (b) (1) By submission of an offer, 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. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation �DUNS� or �DUNS+4� followed by the DUNS or DUNS+4 number that identifies the offeror�s name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number� (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) 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. (e) 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. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (x) 52.252-2 -- Solicitation Provisions Incorporated by Reference. 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/these address(es): http://farsite.hill.af.mil/vffara.htm Additionally, the following clauses and provisions apply to this acquisition: KEY APPLICABLE CLAUSES & LOCAL INSTRUCTIONS FAR 52.204-13 System for Award Management Maintenance Oct 2018 FAR 52.211-5 Material Requirements Aug 2000 FAR 52.213-4 Terms And Conditions-Simplified Acquisitions (Other Than Commercial Items) --- ALL APPLICABLE CLAUSES WILL APPLY ---- Oct 2019 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.243-1 Changes-Fixed Price Aug 1987 FAR 52.246-2 Inspection of Supplies-Fixed Price Aug 1996 FAR 52.246-15 Certificate of Conformance Apr 1984 FAR 52.246-16 Responsibility for Supplies Apr 1984 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sept 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sept 2013 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7006 Billing Instructions Oct 2005 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.225-7001 Buy American and Balance of Payments Program Dec 2017 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Dec 2018 DFARS 252.232-7006 Wide Area Workflow Payment Instructions Dec 2018 �(xiv) NOTICE TO ALL INTERESTED PARTIES: Any questions shall be submitted by Wednesday, 8 January at 10AM Eastern Standard Time to: 355th Contracting Squadron/PK-AMARG, Attn: Rachelle Jenkins, via email at: jenkins.rachelle.3@us.af.mil and Breysi Stephens, via e-mail: breysi.stephens@us.af.mil . �An amendment will be issued addressed providing the Government�s answers to all questions received. THIS IS A TIME SENSATIVE REQUIREMENT WITH EXPEDITED DELIVERY.� Quotes are due no later than NOON Eastern Standard Time on Thursday, 9 January 2020; quotes shall include the following: a. Part 1- Price � Submit one (1) copy of price schedule and requested cost & pricing supporting documentation, limited to 10 pages. BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable offer. (xv) Quotes shall be submitted to Breysi Stephens via email breysi.stephens@us.af.mil or Rachelle Jenkins rachelle.jenkins.3@us.af.mil . �For information regarding this solicitation, contact Rachelle Jenkins at (520) 228-3095 or Breysi Stephens at (520) 228-3598. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Atch #:����������� Item Description:����������������������������������������������������������������� Page(s): ���� 1���������������� CLIN Pricing Schedule������������������������������������������� ����������������� 2
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4eb90c1dac6a4a17a0968b18579e54ba/view)
 
Record
SN05528402-F 20200109/200107230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.