Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2024 SAM #8166
SOLICITATION NOTICE

66 -- Sole Source Procurement of MA-2 Motor Analyzer

Notice Date
4/4/2024 3:03:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
FA8227 AFMC OL H PZIMB HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
FA822724QMOTR
 
Response Due
4/21/2024 11:00:00 PM
 
Archive Date
05/07/2024
 
Point of Contact
Daniel Clark, Hideo Mera, Phone: 8017774626
 
E-Mail Address
daniel.clark.55@us.af.mil, hideo.mera.2@us.af.mil
(daniel.clark.55@us.af.mil, hideo.mera.2@us.af.mil)
 
Description
Combined Synopsis/Solicitation Procurement of MA-2 Motor Analyzers Sole Source to Electric Motor Testing 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: FA8227-24-Q-MOTR (iii)�� �This solicitation is issued as a request for quotation (RFQ).� (iv)�� �This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-03. (v) Contracting Officer's Business Size Selection�� �Sole Source NAICS Code�� �334515 Small Business Size Standard�� �750 employees (vi)�� �� CLIN�� �Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �UI�� �QTY 0001�� �Motor Analyzer-2 R2 with Surge 3000V and 6000V HiPot�� �EA�� �2 0002�� �High Volt Lead Red, Heavy Duty Small Clamp Lead Set� � � EA�� �2 0003�� �Yellow Ground Lead, Heavy Duty Small Clamp Lead Set� � �EA�� �2 0004�� �Kelvin Test Leads, Heavy Duty Small Clamps - MA2� � � � � � EA�� �2 0005�� �Printcom Software G2 for Motor Analyzer� � � � � � � � � � � � � � �EA�� �2 �� ��� ��� � �� ��� ��� � (vii)�� �Description of �item(s) to be acquired: The contractor shall provide requested products to the 309th Maintenance Support Group located at Hill AFB, Utah. Please reference the Product Description for detailed specifications. (viii)�� �Dates and Place of Delivery: Delivery is to be completed within 30 days After Date of Contract Award (ARO). FOB Destination. (ix)�� �The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1200 �MST, 22 April, 2024 via electronic mail to daniel.clark.55@us.af.mil. a.�� �Provide Cage code when submitting Bid (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 �(Feb 2024) OTHER FAR CLAUSES AND PROVISIONS 52.204-7�� �System for Award Management 52.204-10 �� �Reporting Executive Compensation and First-Tier Subcontract Awards (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-23 �� �Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. (Dec 2023) 52.204-24 �� �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.(Nov 2021) 52.204-25 �� �Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) 52.204-26 �� �Covered Telecommunications Equipment or Services-Representation. (Oct 2020) 52.204-27 �� �Prohibition on a ByteDance Covered Application. (Jun 2023) 52.209-6 �� �Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (31 U.S.C. 6101 note). 52.222-3 � �� �Convict Labor (IAW FAR 22.202) 52.222-19�� �Child Labor�Cooperation with Authorities and Remedies �(E.O. 3126). 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 �(29 U.S.C. 793). 52.222-50�� �Combating Trafficking in Persons �(22 U.S.C. 7104(g)).� 52.223-18 �� �Encouraging Contractor Policies to Ban Text Messaging While Driving �(E.O.13513).� 52.225-1 �� �Buy American--Supplies (41 U.S.C. chapter 83)� 52.225-13 �� �Restrictions on Certain Foreign Purchases �(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 �(31 U.S.C. 3332). 52.233-3 �� �Protest After Award 52.233-4 �� �Applicable Law for Breach of Contract Claim (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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Kayla Marshall, 6038 Aspen Ave, Bldg 1289 Upstairs, Hill AFB, UT 84056, Phone: (801) 777-6549, Kayla.marshall@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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: N/A (xiii)�� �Defense Priorities and Allocations System (DPAS):� N/A (xiv)�� �Proposal Submission Information: All questions or comments must be sent to Daniel Clark by email at Daniel.clark.55@us.af.mil, NLT 1500 MST, 11 April 2024. Offers are due by 1200 MST, 22 April 2024 via electronic mail to Daniel.clark.55@us.af.mil and Hideo.mera.2@us.af.mil. 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. Attachments: ��� �Product Description ��� �Sole Source Justification
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/143cd1b8843e4ce3a1f32f5fbcfbdb46/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07020828-F 20240406/240404230058 (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.