SOLICITATION NOTICE
J -- Sole Source - Jet Fuel Starter (JFS) Test Stand Modification
- Notice Date
- 9/12/2024 9:07:30 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA8227 AFMC OL H PZIMB HILL AFB UT 84056-5805 USA
- ZIP Code
- 84056-5805
- Solicitation Number
- FA8228-24-Q-FUEL
- Response Due
- 9/23/2024 2:00:00 PM
- Archive Date
- 10/08/2024
- Point of Contact
- Nick Padgett, Phone: 801-777-2807
- E-Mail Address
-
david.padgett@us.af.mil
(david.padgett@us.af.mil)
- Description
- Combined Synopsis/Solicitation� �Jet Fuel Starter (JFS) Test Stand Modification � SOLE SOURCE TO AAR ALLEN SERVICES, 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: FA8228-24-Q-FUEL 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 2024-06. (iv)�� � Contracting Officer's Business Size Selection�� �Sole Source NAICS Code�� �811310 Small Business Size Standard�� �$12,500,000.00 (v)�� �Description of �item(s) to be acquired: This requirement is to provide the 309th Commodities Maintenance Group (CMXG) at Hill Air Force Base with a definitive contract for one JFS Test Stand modification.� (vi)�� � Delivery: ��� �PoP: 60 days ARO ��� �FOB Destination delivery terms shall apply to all orders. (vii)�� �The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 23 September 2024, via electronic mail to david.padgett@us.af.mil a.�� �Provide Cage code when submitting offer (viii)�� �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 statement of work provided within this solicitation package. (b) 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(s) 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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix)�� �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. (x)�� �FAR 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders�commerial items� 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 52.204-21�� �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 Covered� � � � � � � � � � � � �Entities. 52.204-24 �� �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 �� �Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 �� �Covered Telecommunications Equipment or Services-Representation. 52.204-27 �� �Prohibition on a ByteDance Covered Application. 52.209-10�� �Prohibition on Contracting with Inverted Domestic Corporations 52.222-3 � �� �Convict Labor 52.222-17 �� �Nondisplacement of Qualified Workers 52.222-21 �� �Prohibition of Segregated Facilities 52.222-26 �� �Equal Opportunity 52.222-36 �� ��� �Equal Opportunity for Workers with Disabilities 52.222-41 �� ��� �Service Contract Labor Standards.� 52.222-42 �� ��� �Statement of Equivalent Rates for Federal Hires. 52.222-50�� ��� �Combating Trafficking in Persons 52.222-62�� �Paid Sick Leave Under Executive Order 13706 52.223-5 �� �Pollution Prevention and Right-to-Know Information 52.223-10 �� �Waste Reduction Program.� 52.223-18 �� �Encouraging Contractor Policies to Ban Text Messaging While Driving 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 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 252.203-7000 �� �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 252.204-7008 �� �Compliance with Safeguarding Covered Defense Information Controls 252.204-7012�� �Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015�� �Notice of Authorized Disclosure of Information for Litigation Support 252.225-7055 �� �Representation Regarding Business Operations with the Maduro Regime 252.225-7056�� �Prohibition Regarding Businsess Operations with the Maduro Regime 252.225-7059 �� �Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region- � � � � � � � � � � � � � �Representation. 252.225-7060 �� �Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. 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, Mrs. Kayla Marshall AFMC OL_PZC 801-777-6549, Kayla Marshall@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) (xi)�� �Additional Contract Requirement or Terms and Conditions: N/A (xii)�� �Defense Priorities and Allocations System (DPAS):� N/A (xiii)�� �Quote Submission Information: All questions or comments must be sent to David �Nick� Padgett by email at david.padgett@us.af.mil, NLT 1500 �MT, 18 September 2024. Offers are due by 1500 MT, 23 September 2024, via electronic mail to david.padgett@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): Acquisition.gov Attachments: ��� �Statement of Work ��� �Sole Source Justification ��� �Contract Data Requirements Lists ��� �Wage Determination
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f276acdaf0414561a70a3a5964fda4f6/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07208706-F 20240914/240912230119 (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 |