Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2022 SAM #7677
SOLICITATION NOTICE

54 -- AMXG F-16 Fall Protection Work Stands Design Build Data Rights

Notice Date
12/5/2022 10:11:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
FA8227 AFMC OL H PZIMB HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
FA8227-23-R-F16FP
 
Response Due
12/27/2023 11:00:00 AM
 
Archive Date
01/11/2024
 
Point of Contact
Tanner Nielsen, Phone: 8015862756, Hideo Mera, Phone: 8017774626
 
E-Mail Address
tanner.nielsen@us.af.mil, hideo.mera.2@us.af.mil
(tanner.nielsen@us.af.mil, hideo.mera.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
****** Update 12/5/2022******** Solicitation Questions and Responses Ref SOW 4.3.3.1 � The SOW requires the use of a powder coat process, at our facility we wet paint using a three-part process urethane paint. All components are blasted, primed and gine at least two topcoats. Will this process be acceptable as we can control the quality and timing in house rather than require subbing out to a powder coat company? No, powder coating is required in accordance with SOW 4.3.3.1. Ref SOW 4.3.7.2 � This section requires the decking to be fabricated from an extruded aluminum material, is the intent of this paragraph to require a �C� section style/type aluminum plank decking material? And can the product be roll formed or press formed? An extruded aluminum rectangular-shaped tube where slide-outs can easily move in and out is the intent of this SOW paragraph.� However, the government is willing to consider alternate solutions during the design phase of this requirement as long as those solution(s) maximize structural soundness, maximizes the safety of maintainers, lowers maintenance costs, provides for ease of use, etc. Ref SOW 4.3.9.1.1 � This section requires the sliders to be produced in aluminum, given the relatively high coefficient of friction between aluminum and aluminum and the potential to have reasonably long sliders 36�� or more would it be acceptable to produce the slide outs in a light gauge carbon steel suitably finished to protect against corrosion and painted safety yellow? No, extruded aluminum is required in accordance with SOW 4.3.9.1.1.� However, the government is willing to consider alternate solutions during the design phase of this requirement as long as those solution(s) maximize structural soundness, maximizes the safety of maintainers, lowers maintenance costs, provides for ease of use, etc. Ref ITO 3.1 � When should we request the safe link, as I understand they have an expiration time. A drop-off link will be sent out to all contractors who have expressed interest within 7 days of the solicitation closing.� DoD safe links expire after 7 days. If you would like to submit your proposal earlier than 7 days, email tanner.nielsen@us.af.mil and a link will be sent upon request. *******End of Update******* Combined Synopsis/Solicitation (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: FA8227-23-R-F16FP 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 2022-08 (iv) Contracting Officer's Business Size Selection: SB set-aside NAICS Code: 332999 Small Business Size Standard: 750 employees (v) CLIN 0001 - Design Labor - FFP - EA - 1 CLIN 0002 - Prototype � FFP - EA - 1 CLIN 0003 - Prototype Over and Above � FFP - EA - 1 CLIN 0004 - Technical Data Package (CDRL A008) � FFP - EA - 1 CLIN 0005 - Additional CDRLs � NSP - EA - 1 (vi) Description of �item(s) to be acquired: The contractor shall provide requested products to the 309 AMXG located at Hill AFB, Utah. Please reference the attached document for detailed specifications. (vii) Dates and Place of Delivery: Delivery is to be completed within 250 days After Date of Contract (ADC). FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1200 �MST, 27 December, 2022 via electronic mail to Tanner.Nielsen@us.af.mil SEE ATTACHED (ix) 52.212-2: Evaluation -- Commercial Items SEE ATTACHED (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xii) 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. (xiii) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014) OTHER FAR CLAUSES AND PROVISIONS 52.203-6������������� Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-7������������� System for Award Management 52.209-6 ������������ Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). 52.209-9������������� Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.219-6������������� Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-8 ������������ Utilization of Small Business Concerns (MAY 2014) (15 U.S.C. 637(d)(2) and (3). 52.219-9 ������������ Small Business Subcontracting Plan (July 2013) (15 U.S.C. 637(d)(4)). 52.219-14����������� Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). 52.222-3�� ���������� Convict Labor (IAW FAR 22.202)(JUN 2003) 52.222-19����������� Child Labor�Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). 52.222-21 ���������� Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999) 52.222-26 ���������� Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007) 52.222-35 ���������� Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). � ������������� 52.222-36 ���������� Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). 52.222-37 ���������� Employment Reports on Veterans (July 2014) (38 U.S.C. 4212). 52.222-40����������� Notification of employees rights under the national labor relations act (DEC 2010) 52.222-50����������� Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.223-18 ���������� Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513). 52.225-1 ������������ Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) 52.225-13 ���������� Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 ���������� Payment by Electronic Funds Transfer�System for Award Management (July 2013) (31 U.S.C. 3332). 52.233-3 ������������ Protest After Award (AUG 1996) 52.233-4 ������������ Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.252-2������������� Clauses incorporated by reference 52.252-6������������� Authorized Deviations in clauses 252.204-7004����� Alternate A, System for Award Management 252.232-7003����� Electronic Submission of Payment request and Receiving reports 252.232-7006����� Wide Area WorkFlow Payment instructions 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, Melinda 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) 256-2397, 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) (xiv) Additional Contract Requirement or Terms and Conditions: The F-16 SLEP Fall Protection Work Stand design shall become the property of USAF such that Government shall have the unrestricted right to use, modify, reproduce, release, perform, display, or disclose the technical data associated with all designs, drawings, specifications, notes and other works developed and executed in the performance of this contract within and outside the Government as USAF deems necessary to support mission requirements. The final design, or TDP, shall be comprehensive and ensure that the Government can provide the design to third-party manufacturers for fabrication without having to engage in reach back to the contractor for clarifications, changes, updates, or explanations. (xv) Defense Priorities and Allocations System (DPAS): N/A (xvi) Proposal Submission Information: All questions or comments must be sent to Tanner Nielsen by email at Tanner.Nielsen@us.af.mil, NLT 1500 MST, 13 December,� 2022. Offers are due by� 1200 MST, 27 December, 2022 via electronic mail to Tanner.Nielsen@us.af.mil. (xvii) For additional information regarding the solicitation contact Tanner Nielsen at 801-586-2756 or Hideo Mera at (801) 777-4626 Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. 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. Attachment List F-16 SLEP Stand Design Build SOW_Final Addendum.Eval.Final Addendum ITO.Final Exibit_CDRL.A001.v2 Exibit_CDRL.A002.v2 Exibit_CDRL.A003.v2 Exibit_CDRL.A004.v2 Exibit_CDRL.A005.v2 Exibit_CDRL.A006.v2 Exibit_CDRL.A007.v2 Exibit_CDRL.A008.v3
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/07d92b46e52547afa12119f0b9f9867c/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN06535175-F 20221207/221205230106 (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.