SOLICITATION NOTICE
36 -- YAG Laser Marking System - Statement of Work
- Notice Date
- 8/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339943
— Marking Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M2X31181A003
- Archive Date
- 9/13/2011
- Point of Contact
- Tarha A. Burchell, Phone: 843-963-5159, Jacqueline Brown, Phone: (843) 963-5857
- E-Mail Address
-
tarha.burchell.2@us.af.mil, jacqueline.brown.1@us.af.mil
(tarha.burchell.2@us.af.mil, jacqueline.brown.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work COMBINED SYNOPSIS/ SOLICTITATION FOR COMMERCIAL ITEMS [IAW FAR 12.603(c)] This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. FAR 13.5 also applies. This announcement constitutes only the solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation/synopsis reference number is F1M2X31181A003 and is being issued as a Request for Quote (RFQ). This acquisition is unrestricted. The associated NAICS code is 332812 with a 500 employee size standard. Contractors shall submit a lump sum quote for the following: Qty-3 (three) each YAG Laser Engraving/Marking Systems with Class I Enclosures, including software, installation and on-site training in strict accordance with the attached Statement of Work (SOW). F1M2X31181A003 is for the supply delivery, installation and on-site training of YAG Laser Engraver/Marking Systems for Joint Base Charleston, South Carolina. Supplies must be delivered within 30 calendar days of award and be delivered FOB destination. Installation and on-site training are to occur at one time. The specific date shall be determined at award. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 dated 4 August 2011. The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications Commercial Items or completed electronic annual representations and certifications at http://orca.bpn.gov. FAR 52.212-1, Instructions to Offerors - Commercial. FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1) Technical capability of the item offered to meet the Government requirement. 2) Price - The Government will evaluate the total price of the offer for award purposes. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. The following clauses are incorporated by reference: • FAR 52.212-4, Contract Terms and Condition-Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-35, Equal Opportunity for Veterans • FAR 52.222-36, Affirmative Action for Workers With • FAR 52.222-37, Employment Reports On Veterans • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration The following additional clauses are applicable to this procurement. • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.228-5 Insurance-Work on a Government Installation, 52.236-2, Differing Site Conditions, and 52.236-6 Superintendence by the Contractor (Note: consider using these three clauses for demolition services.) • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012, Preference for Certain Domestic Commodities • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations (AFFARS 5352.242-9000, Contractor Access to Air Force Installations • FAR 52.223-11, Ozone-Depleting Substances • AFFAR 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) CLAUSES INCORPORATED BY FULL TEXT • AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) 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 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, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Carolyn Choate, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0160, fax (618) 256-6668, email: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 29 August 2011 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M2X31181A003. Address questions to Tarha Burchell, Contract Specialist, at (843) 963-5159, fax (843) 963-5183, email tarha.burchell.2@us.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email jacqueline.brown.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M2X31181A003/listing.html)
- Place of Performance
- Address: Joint Base Charleston Air, Joint Base Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN02541636-W 20110821/110819235124-988b4734cad5ee2cece9cf7e98cef232 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |