SOLICITATION NOTICE
53 -- Blanket Purchase Agreement (BPA) for LEAD ANODES FOR PLATING
- Notice Date
- 4/9/2020 10:28:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- FA8500 AFSC PK PZ ROBINS AFB GA 31098-1813 USA
- ZIP Code
- 31098-1813
- Solicitation Number
- FA8224-20-Q-LEAD
- Response Due
- 4/30/2020 2:00:00 PM
- Archive Date
- 05/15/2020
- Point of Contact
- Costadena Bournakis, Phone: 8015868593, Hideo Mera, Phone: 8017774626
- E-Mail Address
-
costadena.bournakis@us.af.mil, hideo.mera.2@us.af.mil
(costadena.bournakis@us.af.mil, hideo.mera.2@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation � Blanket Purchase Agreement (BPA) for LEAD ANODES FOR PLATING � This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation Number: FA8224-20-Q-LEAD This solicitation is issued as a Request For Quotation (RFQ). This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2020-04. Contracting Officer's Business Size Selection Small Business Set Aside NAICS Code 332999 Small Business Size Standard 750 employees Description of� item(s) to be acquired: The contractor shall provide the design and fabrication of conforming lead anodes to be used in plating operations at 309 CMXG at Hill Air Force Base in accordance with the attached Product Description. The Government has up to 2000 different anodes for fabrication. The contractor shall use the Government engineering drawings to be provided at the call level in fabrication of anodes.� If the contractor has similar anodes, the contractor shall provide engineering drawings to the Government for approval before fabrication of the anodes. Fabrication of anodes to be used in AMS 2460 and MIL-STD-1501 chrome plating operations at Hill AFB, UT. The Government reserves the right to make this acquisition a Multiple Award Contract. All interested Contractors must provide a DD 2345 if they wish to have pictures provided to them prior to award. Information regarding DD2345�s can be found at: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx � Period of Performance and place: Performance of service will be at the contractor�s facility. FOB Destination delivery terms shall apply to all orders. EST. �30 April 2020 � 29 April 2025 The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT,�30 April,� 2020, via electronic mail to costadena.bournakis@us.af.mil Provide Cage code when submitting offer All offerors must submit a completed copy of a �Lead Anode Price List.�� The copy must be submitted in an editable MS Excel format. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) OTHER FAR CLAUSES AND PROVISIONS 52.204-7��������������� System for Award Management 52.204-13������������ System for Award Management Maintenance 52.204-16������������ Commercial and Government Entity Code Reporting 52.204-18 ������������ Commercial and Government Entity Code Maintenance 52.204-19������������ Incorporation by Reference of Representations and Certifications 52.204-22������������ Alternative Line Item Proposal 52.209-10������������ Prohibition on Contracting with Inverted Domestic Corporations 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 Facilities 52.222-26 ������������ Equal Opportunity ��������������� 52.222-36 ������������ Equal Opportunity for Workers with Disabilities ��������������� 52.222-48������������ Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification 52.222-50������������ Combating Trafficking in Persons 52.223-18 ������������ Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1��������������� Buy American - Supplies 52.225-13 ������������ Restrictions on Certain Foreign Purchases 52.232-39������������ Unenforceability of Unauthorized Obligations 52.232-40 ������������ Providing Accelerated Payments to Small Business Subcontractors 52.233-1��������������� Disputes 52.233-3 �������������� Protest After Award 52.233-4 �������������� Applicable Law for Breach of Contract Claim 52.247-34 ������������ F.o.b. Destination 52.252-1���� ���������� Solicitation Provisions Incorporated by Reference 52.252-2��������������� Clauses Incorporated by Reference 52.252-6��������������� Authorized Deviations in Clauses 252.203-7000 ����� Requirements Relating to Compensation of Former DoD Officials 252.203-7002����� Requirement to Inform Employees of Whistleblower Rights 252.204-7003����� Control of Government Personnel Work Product 252.204-7004����� Alternate A, System for Award Management 252.204-7008 ����� Compliance with Safeguarding Covered Defense Information Controls 252.204-7011����� Alternative Line Item Structure 252.204-7012����� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015����� Notice of Authorized Disclosure of Information for Litigation Support 252.232-7009����� Mandatory Payment by Governmentwide Commercial Purchase Card. 252.232-7010 ����� Levies on Contract Payments 252.243-7001 ����� Pricing of Contract Modifications 252.244-7000 ����� Subcontracts for Commercial Item 5352.223-9000��� Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101��� Ombudsman (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 OMBC A-76 competition performance decisions).� (c)�If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Ms. Jonna Hancey AFMC OL_H/PZC 801-777-6549, jonna.hancey@us.af.mil. Concerns,�issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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) Additional Contract Requirement or Terms and Conditions: Blanket Purchase Agreement Details: (1) Description of agreement. Orders will not exceed a limit of $25,000.00 and will utilize the Government Purchase Card (GPC) as payment. The agreement will be for a period of five years following execution of the agreement, and price lists will be updated annually. (2) The Government is obligated only to the extent of authorized purchases actually made under the BPA. (3) Purchase limitation. A dollar limitation of $25,000 for each individual purchase under the BPA shall apply (4) A memorandum identifying the individuals authorized to purchase under the BPA and the dollar limitation per purchase for each individual shall be furnished to the supplier by the contracting officer. (5) Delivery tickets. All shipments under the agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: (i) Name of supplier. (ii) BPA number. (iii) Date of purchase. (iv) Purchase number. (v) Itemized list of supplies or services furnished. (vi) Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information). (vii) Date of delivery or shipment. (6) Invoices. A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets. Defense Priorities and Allocations System (DPAS): N/A Proposal Submission Information: All questions or comments must be sent to Dena Bournakis by email at costadena.bournakis@us.af.mil, NLT 1500 MT, 20 March, 2020. Offers are due by 1500 MT,�30 April, 2020, via electronic mail to costadena.bournakis@us.af.mil. ������������������������������������������������������������ For additional information regarding the solicitation or to obtain the drawings, contact Dena Bournakis at costadena.bournakis@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil. (Note: Due to the file size, the drawings will be sent to each offeror upon request via DoD SAFE) Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation incorporates one or more clauses and/or 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. Also, the full text of a clause may be accessed electronically at this/these address (es): https://www.acquisition.gov/browse/index/far Attachments: LEAD ANODES FOR PLATING Product Description CDRL A001 Price List DD 2345
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8334c96742274a38ab082cf7582ce3b4/view)
- Place of Performance
- Address: Hill AFB, UT 84056, USA
- Zip Code: 84056
- Country: USA
- Zip Code: 84056
- Record
- SN05616427-F 20200411/200409230150 (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 |