SOLICITATION NOTICE
J -- Cincinnati 5 Axis Mill Maintenance and Calibration
- Notice Date
- 6/18/2020 2:34:55 PM
- 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-R-AXIS
- Response Due
- 7/17/2020 2:00:00 PM
- Archive Date
- 08/01/2020
- Point of Contact
- Nick Padgett, Phone: 8017772807
- E-Mail Address
-
david.padgett@us.af.mil
(david.padgett@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation� � Cincinnati 5 Axis Mill Maintenance and Repair� (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-R-AXIS This solicitation is issued as a Request For Proposal (RFP).� (iii)�� �This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2020-06. (iv)�� � Contracting Officer's Business Size Selection�� �Small Business Set Aside NAICS Code�� �811219 Small Business Size Standard�� �$22,000,000.00 (v)�� � CLIN�� �Nomenclature�� �Unit�� �Quantity�� �Unit Price 0001-AA�� �Alignment, Scan and Calibration (including travel) **5 Year Basic Ordering Period**� One lot for this CLIN is to service one Cincinnati 5 Axis Mill Machine per year�� �Lot�� �5�� �Provide Price per Lot 0002-AA�� �General Repairs (Normal Hours)� **5 Year Basic Ordering Period** �� �Hour�� �999�� �Provide Hourly Rate 0003-AA�� �General Repairs (Overtime, Weekends or Holidays)� **5 Year Basic Ordering Period**�� �Hour�� �999�� �Provide Hourly Rate 0004-AA�� �Emergency Repairs (Normal Hours)� **5 Year Basic Ordering Period**�� �Hour�� �999�� �Provide Hourly Rate 0005-AA�� �Emergency Repairs (Overtime, Weekends or Holidays)� **5 Year Basic Ordering Period**�� �Hour�� �999�� �Provide Hourly Rate 0006-AA�� �Parts� **5 Year Basic Ordering Period**�� �Lot�� �1�� �TBD at each task order 0007-AA�� �Travel (General or Emergency Repairs)� **5 Year Basic Ordering Period**�� �Lot�� �1�� �TBD at each task order 0008-AA�� �Data (CDRLs) � NOT SEPARATELY PRICED (NSP) **5 Year Basic Ordering Period**�� �Lot�� �1�� � �NSP (vi)�� �Description of �item(s) to be acquired: The 309 Maintenance Support Group (MXSG) has a requirement to maintain the Cincinnati Milacron 5-Axis Honeycomb Profiler Computer Numerical Control (CNC) Mill at Hill AFB, in building 238. �The services shall consist of alignment, annual calibration, telephone and email support, repairs, parts, and functional test. The contractor shall provide personnel, support equipment, and documentation necessary to fulfill these requirements. � � Cincinnati Milacron 5-Axis Honeycomb Profiler Mill, Bldg 238�� � (vii)�� �Period of Performance and place: ��� �5 Years (est. 01 October 2020 � 30 September 2025) ��� �Performance of service will be at Hill Air Force Base. ��� �FOB Destination delivery terms shall apply to all orders. (viii)�� � �The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are �� � due by 1500 MT, 17 July 2020, via electronic mail to david.padgett@us.af.mil a.�� �Provide Cage code when submitting offer (ix)�� �52.212-2, Evaluation -- Commercial Items (a) 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)�� �Technically Acceptable with the ability to comply with the PWS (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). � (c) 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. �� � (x)�� �Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi)�� �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. (xii)�� �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 52.202-1�� ��� �Definitions 52.203-3�� ��� �Gratuities 52.203-6 Alt1�� �Restrictions on Subcontractor Sales to the Government 52.203-12�� �Limitation on Payments to Influence Certain Federal Transactions 52.203-17�� �Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.203-19 �� �Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4�� ��� �Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7�� ��� �System for Award Management 52.204-10�� �Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.204-23 �� �Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. 52.209-6�� �Protecting the Government�s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10�� �Prohibition on Contracting with Inverted Domestic Corporations 52.216-18�� �Ordering 52.216-19�� �Order Limitations 5.216-22 �� �Indefinite Quantity 52.219-1 Alt1 �� �Small Business Program Representations 52.219-4�� ��� �Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6�� ��� �Notice of Total Small Business Set-Aside 52.219-8�� ��� �Utilization of Small Business Concerns 52.219-13�� �Notice of Set-Aside of Orders. 52.219-14�� �Limitations on Subcontracting 52.219-28�� �Post-Award Small Business Program Representation 52.222-3 � �� �Convict Labor 52.222-17 �� �Nondisplacement of Qualified Workers 52.222-21 �� �Prohibition of Segregated Facilities 52.222-26 �� �Equal Opportunity 52.222-35�� �Equal Opportunity for Veterans 52.222-36 �� �Equal Opportunity for Workers with Disabilities 52.222-37 �� �Employment Reports on Veterans 52.222-40�� �Notification of Employee Rights Under the National Labor Relations Act 52.222-41�� �Service Contract Labor Standards. 52.222-50�� �Combating Trafficking in Persons 52.222-55�� �Minimum Wages Under Executive Order 13658. 52.222-62�� �Paid Sick Leave Under Executive Order 13706. 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 52.229-3�� ��� �Federal, State, and Local Taxes. 52.232-33�� �Payment by Electronic Funds Transfer�System for Award Management 52.232-39�� �Unenforceability of Unauthorized Obligations� 52.232-40 �� �Providing Accelerated Payments to Small Business Subcontractors 52.233-1�� ��� �Disputes 52.233-2 �� �Service of Protest 52.233-3�� ��� �Protest After Award 52.233-4�� ��� �Applicable Law for Breach of Contract 52.242-13�� �Bankruptcy 52.247-34 �� �F.o.b. Destination 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 252.201-7000�� �Contracting Officer�s Representative 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 252.204-7006�� �Billing Instructions 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 252.215-7000�� �Pricing Adjustments 252.215-7007�� �Notice of Intent to Resolicit 252.216-7006 ��� �Ordering 252.217-7027 ��� �Contract Definitization 252.232-7003�� �Electronic Submission of Payment Requests and Receiving Reports 252.232-7006�� �Wide Area Workflow Payment Instructions 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) (xiii)�� �Additional Contract Requirement or Terms and Conditions: N/A (xiv)�� �Defense Priorities and Allocations System (DPAS):� N/A (xv)�� �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, 8 July 2020. Offers are due by 1500 MT, 17 July 2020, via electronic mail to david.padgett@us.af.mil.� �� � (xvi)�� �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 ��� �Contract Data Requirements List ��� �Wage Determination �� �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3e5a1daddafc4edaaa4f586ed9b3a636/view)
- Place of Performance
- Address: Hill AFB, UT 84056, USA
- Zip Code: 84056
- Country: USA
- Zip Code: 84056
- Record
- SN05695413-F 20200620/200618230157 (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 |