Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2022 SAM #7582
SOLICITATION NOTICE

25 -- 412 LRS Transmission

Notice Date
9/1/2022 11:00:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333613 — Mechanical Power Transmission Equipment Manufacturing
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S3AP1212AW01
 
Response Due
9/9/2022 2:00:00 PM
 
Archive Date
09/24/2022
 
Point of Contact
Sheila Hood, Jahdiel Salazar
 
E-Mail Address
sheila.hood@us.af.mil, jahdiel.salazar.1@us.af.mil
(sheila.hood@us.af.mil, jahdiel.salazar.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i)�� �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. The Simplified Acquisition Procedures (FAR 13) will be used for this requirement. (ii)�� �Solicitation Number: F1S3AP1212AW01 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii)�� �This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2022-07, DPN 20220623 and AFAC 2022-0701. (iv)�� �THIS REQUIREMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) number for this acquisition is 333613 with a size standard of 750 Employees.� (v)�� �CLIN Nomenclature CLIN�� �PART/SUPPLY�� �QTY �� ��� � 0001�� �Power Shift Transmission �� �1 0002�� �Shipping of Core �� �1 (vi)�� �Description of services to be acquired: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement for one Power Shift Transmission model TD61-1172 BOM 66613 Twin Disc for P-23 FIRE TRUCK: Engine type DET model AS32P23. �Replacement transmission to be shipped to Edwards for P-23 Fire Truck AF95L00037. �Removed transmission (Core) will be shipped back to vendor.� (vii)�� �Estimated Period of Performance Date: 30 days after contract award (DACA)� (viii)�� �The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Items (Nov 2021), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services � Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:� PROVIDE THE FOLLOWING CONTRATOR INFORMATION WITH YOUR QUOTE a.�� �DUNS Number: b.�� �TIN Number: c.�� �CAGE Code: d.�� �Contractor Name: e.�� �Payment Terms (net30 or Discount): f.�� �Point of Contact and Phone Number g.�� �Email address: h.�� �Technical Description of Items: i.�� �FOB (destination or origin): j.�� �Warranty (if applicable): k.�� �Date Offer Expires: (ix)�� �The provision at 52.212-2, Evaluation - Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. ADDENDUM to 52.212-2, Evaluation � Commercial Products and Commercial Services (Nov 2021). 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 quotes must be firm-fixed price. Include the total price (i.e., sum of all extended amounts) in the price quote. (ii) Technical capability of the item offered to meet the Government requirement. Information should clearly show and demonstrate your company�s ability to meet the stated requirements of section �(iv) Description of services to be acquired.� Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation. (ii)�� �Specific Instructions. Quotes shall consist of parts, as identified below. CONTRACT DOCUMENTATION. Quoters must be registered in the System of Award Management (SAM) (https://www.sam.gov) at the time the quotation is submitted in order to comply with the annual representations and certifications requirements. Quoters that are not registered in SAM at the time the quotation is submitted will not be considered. This will be awarded to the Lowest Price Technically Acceptable Offeror. The Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be looked at from the lowest price. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor. Only one award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted.� (x)�� �Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Products and Commercial Services (May 2022), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi)�� �The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2021), applies to this acquisition. (xii)�� �The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive �Orders -- Commercial Products and Commercial Services (May 2022), applies to this acquisition. All acceptable FAR, DFARS, and AFFARS clauses and provisions are contained in the model contract solicitation. The following clauses cited in FAR 52.212-5 apply to this acquisition: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontracts Awards (Jun 2020) FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed by Kaspersky Lab and Other Covered Entities (Nov 2021) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Equipment (Nov 2021) FAR 52.209-06 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.219-06 Notice of Total Small Business Set-Aside (Nov 2021) FAR 52.2019-28 Post Award Small Business Program Representation (Sep 2021) FAR 52.222-03 Convict Labor (June 2003) FAR 52.222-19 Child Labor�Cooperation With Authorities and Remedies (Jan 2022) FAR 52.222-21 Prohibition of Segregated Facilities (April 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) FAR 52.222-50 Combating Trafficking in Persons (Nov 2021) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) FAR 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) FAR 52.233-03 Protest After Award (Aug 1996) FAR 52.233-04 Applicable Law for Breach of Contract Claim (Oct 2004) (xiii)�� �Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://acquisition.gov. PROVISIONS FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (Dec 2019) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May 2021) DFARS 252.225-7000 Buy American Statute�Balance of Payments Program Certificate (Nov 2014) CLAUSES FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) � DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)� DFARS 252.204-7012 Safeguard Covered Defense Information and Cyber Incident Reporting (Dec 2019)� DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)� DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (June 2013) DFARS 252.225-7001 Buy American and Balance of Payments Program (Jun 2022) 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) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration (Apr 2020) DFARS 252.244-7000 Subcontracts for Commercial Items (Jan 2021)� DFARS 252.247-7023 Transportation of Supplies by Sea (Feb 2019) AFFARS 5352.201-9101 Ombudsman (Oct 2019) (xiv)�� �Defense Priorities and Allocation System (DPAS): N/A (xv)�� �Proposal Submission Information: Offers are due to Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, by 9 September 2022 at 2:00 p.m. Pacific Daylight Time (PDT). All offers are to be sent via email to sheila.hood@us.af.mil� AND� jahdiel.salazar.1@us.af.mil via electronic email. No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE 7 September 2022 on or before 2:00 PM Pacific Daylight Time (PDT). � (xvi) For additional information regarding this solicitation contact: Primary Point of Contact: Ms. Sheila Hood Contract Specialist Sheila.hood@us.af.mil�� � Secondary Point of Contact Ms. Jahdiel Salazar Contracting Officer jahdiel.salazar.1@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/03a3a535b03e4e86ba4f5f1ea5c9feb4/view)
 
Place of Performance
Address: CA 95324, USA
Zip Code: 95324
Country: USA
 
Record
SN06450512-F 20220903/220901230124 (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.