Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2020 SAM #6728
SOLICITATION NOTICE

J -- MOOG Pressure Regulator Repair BPA

Notice Date
4/29/2020 7:21:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FA8224 OL H PZI PZIM HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
FA8224-20-Q-MOOG
 
Response Due
5/13/2020 2:00:00 PM
 
Archive Date
05/28/2020
 
Point of Contact
Nick Padgett, Phone: 801-777-2807
 
E-Mail Address
david.padgett@us.af.mil
(david.padgett@us.af.mil)
 
Description
Combined Synopsis/Solicitation� � Blanket Purchase Agreement (BPA) for MOOG Pressure Regulator Repair � SOLE SOURCE TO MOOG, INC. (i)�� �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. (ii)�� �Solicitation Number: FA8224-20-Q-MOOG This solicitation is issued as a Request For Quotation (RFQ).� (iii)�� �This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2020-05. (iv)�� � Contracting Officer's Business Size Selection�� �Other than Full and Open NAICS Code�� �811219 Small Business Size Standard�� �$20,000,000.00 (v)�� �Description of �item(s) to be acquired: The 309 Maintenance Support Group (309 MXSG) has a requirement for repair and overhaul of their Moog pressure regulators. The contractor shall provide required personnel, equipment, parts, tools, materials, supervision and services necessary to overhaul and rebuild Moog Pressure Regulators, Model #50-113B, and bring them back to the Original Equipment Manufacturers (OEM) specifications. (vi)�� �Period of Performance and place: ��� �5 Year BPA (est. June 2020 � June 2025) ��� �Performance of service will be at the contractor�s facility. ��� �FOB Origin delivery terms shall apply to all orders. (vii)�� �The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 13 May 2020, via electronic mail to david.padgett@us.af.mil a.�� �Provide Cage code when submitting offer b.�� �All offerors must submit a completed copy of the attached �Price List - MOOGa.� �The copy must be submitted in an editable MS Excel format. (viii)�� �52.212-2, Evaluation -- Commercial Items (a) The Government will award a blanket purchase agreement 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)�� �Technically Acceptable with the ability to comply with the PWS � (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding agreement without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix)�� �Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (x)�� �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. (xi)�� �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 52.204-21�� �Basic Safeguarding of Covered Contractor Information Systems 52.204-22�� �Alternative Line Item Proposal 52.209-10�� �Prohibition on Contracting with Inverted Domestic Corporations 52.222-3 � �� �Convict Labor 52.222-17 �� �Nondisplacement of Qualified Workers 52.222-21 �� �Prohibition of Segregated Facilities 52.222-26 �� �Equal Opportunity �� �52.222-36 �� ��� �Equal Opportunity for Workers with Disabilities �� �52.222-50�� ��� �Combating Trafficking in Persons 52.223-3�� �Hazardous Material Identification and Material Safety Data 52.223-18 �� �Encouraging Contractor Policies to Ban Text Messaging While Driving 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 52.247-29 �� �F.o.b. Origin 52.249-4�� ��� �Termination for Convenience of the Government (Services)(Short Form)� 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 252.215-7007�� �Notice of Intent to Resolicit 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 Items 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 ombudsman, Ms. Lisette K. LeDuc AFMC OL_PZC 801-777-6549, Lisette.LeDuc@us.af.mil. �Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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) (xii)�� �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. (xiii)�� �Defense Priorities and Allocations System (DPAS):� N/A (xiv)�� �Proposal Submission Information: All questions or comments must be sent to David �Nick� Padgett by email at david.padgett@us.af.mil, NLT 1500 �MT, 6 May 2020. Offers are due by 1500 MT, 13 May 2020, via electronic mail to david.padgett@us.af.mil.� �� � (xv)�� �For additional information regarding the solicitation, contact Nick Padgett at david.padgett@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil.� 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): http://farsite.hill.af.mil Attachments: ��� �Performance Work Statement ��� �Sole Source Justification ��� �Price List ��� �CDRL A001 ��� �Government Furnished Property Attachment �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/47705b11852a43a0b305d923e56ce067/view)
 
Place of Performance
Address: East Aurora, NY 14052, USA
Zip Code: 14052
Country: USA
 
Record
SN05639310-F 20200501/200429230147 (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.