Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2021 SAM #7252
SOLICITATION NOTICE

36 -- F-35 Fixtures, Masking Tools, and Test Equipment

Notice Date
10/7/2021 2:26:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
FA8227 AFMC OL H PZIMB HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
FA8227-22-Q-F35W
 
Response Due
10/18/2021 12:00:00 PM
 
Archive Date
11/02/2021
 
Point of Contact
Audrey Lee, Phone: 8017777323, Costadena Bournakis, Phone: 8015868593
 
E-Mail Address
audrey.lee.3@us.af.mil, costadena.bournakis@us.af.mil
(audrey.lee.3@us.af.mil, costadena.bournakis@us.af.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
Combined Synopsis/Solicitation � F-35 Fixtures, Masking Tools, and Test Equipment� 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: FA8227-22-Q-F35W 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 2021-07. Contracting Officer's Business Size Selection Sole-Source NAICS Code 333999 Small Business Size Standard 500 Employees CLIN Part Number Product Description Quantity 001 79002057-1 Adapter, Bearing Cup Removal 1 EA 002 79002058-1 Adapter, Bearing Cup Removal, Outboard 1 EA 003 79002059-1 Wheel Spray Fixture, F-35 1 EA 004 790002059-1002 Upper Shield, Wheel Spray Fixture, F-35 2 EA 005 79002059-1004 Upper Shield, Wheel Spray Fixture, F-35 2 EA 006 79002059-1007 Inter Cover, Wheel Spray Fixture, F-35 2 EA 007 79002059-1008 Inter Cover, Wheel Spray Fixture, F-35 2 EA 008 79002104-1 Wheel Spray Fixture, F-35 1 EA 009 79002104-1002 Upper Shield, Wheel Spray Fixture, F-35 2 EA 010 79002104-1004 Upper Shield, Wheel Spray Fixture, F-35 2 EA 011 79002104-1007 Inter Cover, Wheel Spray Fixture, F-35 2 EA 012 79002104-1008 Inter Cover, Wheel Spray Fixture, F-35 2 EA 013 79002105-1 Wheel Spray Fixture, F-35 1 EA 014 79002105-1002 Upper Shield, Wheel Spray Fixture, F-35 2 EA 015 79002105-1004 Upper Shield, Wheel Spray Fixture, F-35 2 EA 016 79002105-1008 Inter Cover, Wheel Spray Fixture, F-35 2 EA 017 79002105-1009 Inter Cover, Wheel Spray Fixture, F-35 2 EA 018 79002060-1 F35 MW Eddy Current 1 EA Description of� item(s) to be acquired: The contractor shall provide the above listed F35 fixture, masking, and test products for the 309th Maintenance Commodity Group (CMXG). Please reference the attached Product Description for detailed specifications. Delivery: Delivery is to be completed within Delivery is 6 Months ARO, FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1300 MT, 21 October, 2021, via electronic mail to audrey.lee@us.af.mil Provide Cage code when submitting offer 52.212-2, Evaluation -- Commercial Items 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: price; technically acceptability as specified in the attached purchase specification Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Evaluated Price (TEP). The contract will be awarded to the company with lowest price offers, which also fully meets all specifications. Only the lowest priced offer will be evaluated for technical acceptability. The next lowest offer will only be evaluated if one of the aforementioned offers 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). 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. 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 52.207-4������������� Economic Purchase Quantities - Supplies 52.209-10����������� Prohibition on Contracting with Inverted Domestic Corporations 52.211-17������������������������ Delivery of Excess Quantities 52.219-6������������� Notice of Total Small Business Set-Aside 52.219-28����������� Post-Award Small Business Program Representation 52.222-3������������������������� Convict Labor (IAW FAR 22.202) 52.222-19����������� Child Labor�Cooperation with Authorities and Remedies 52.222-21����������� Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1)) 52.222-26����������� Equal Opportunity (IAW FAR 22.810(e)) 52.222-36������������������������ Equal Opportunity for Workers with Disabilities 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 52.232-33����������� 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 52.233-3������������� Protest After Award 52.233-4������������� Applicable Law for Breach of Contract Claim 52.243-1������������� Changes -- Fixed Price 52.247-34����������� F.o.b. Destination. 52.249-1������������� Termination for Convenience of the Government (Fixed-Price) (Short Form) 52.252-1���������������������������� Solicitation Provisions Incorporated by Reference 52.252-2������������� Clauses Incorporated by Reference 252.203-7000����� Requirements Relating to Compensation of Former DoD Officials 252.203-7002�������������������� Requirement to Inform Employees of Whistleblower Rights 252.203-7994����� Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2017-O0001) 252.203-7995����� Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2017-O0001) 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 252.232-7003���������������������������� Electronic Submission of Payment Requests and Receiving Reports 252.232-7006����� Wide Area WorkFlow Payment Instructions 252.232-7010����� Levies on Contract Payments. 5352.223-9000��� Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101���������������������������� Ombudsman 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. 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). If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Melinda M. Schmidt; Hill Ombudsman/Competition Advocate; melinda.schmidt@us.af.mil; 801-777-6549; OL_H AFSC/PZC. 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) 256-2395, facsimile number (571) 256-2431. The ombudsman has no authority to render a decision that binds the agency. 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: N/A. Defense Priorities and Allocations System (DPAS): N/A Proposal Submission Information: All questions or comments must be sent to Audrey Lee by email at audrey.lee@us.af.mil, NLT 1300 MT, 13 October, 2021. Offers are due by 1300 MT, 21 October, 2021. via electronic mail to audrey.lee@us.af.mil or Dena Bournakis at costadena.bournakis@us.af.mil For additional information regarding the solicitation, contact Dena Bournakis at costadena.bournakis@us.af.mil or Audrey Lee at audrey.lee @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): https://www.acquisition.gov/ Attachments: Product Description Sole Source Justification
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a8bb08026eab4457b22f3a83a5f3e98a/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN06153805-F 20211009/211007230119 (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.