Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2012 FBO #3855
MODIFICATION

K -- Universal Jackscrew Test Stand Upgrade - Questions and Answers - Amendment 2

Notice Date
6/12/2012
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8224-12-R-0054
 
Point of Contact
Kellee D. Grose, Phone: 8015868882, Terry A. Clark, Phone: 8015863335
 
E-Mail Address
kellee.grose@hill.af.mil, terry.clark@hill.af.mil
(kellee.grose@hill.af.mil, terry.clark@hill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0002 Responses to questions 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA8224-12-R-0054 and the solicitation is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is a total set aside for small business under NAICS code 811310. CLIN 0001, Firm-Fixed Price, Upgrade Universal Jackscrew Test Stand: The contractor shall provide management, labor, tools, equipment, removal, installation and transportation to upgrade/repair one (1) universal jackscrew test stand in accordance with the Performance Work Statement dated 9 February 2012. Unit of Issue: LOT, QTY: 1, 1 August 2012- 31 July 2013 CLIN 0002, Firm-Fixed Price, Parts: The contractor shall provide materials, supplies, parts and transportation to upgrade one universal jackscrew test stand in accordance with the Performance Work Statement dated 9 February 2012. Unit of Issue: LOT, QTY: 1, 1 August 2012- 31 July 2013 CLIN 0003, Firm-Fixed Price, Travel: The contractor shall travel in accordance with the Performance Work Statement paragraph 3.0, dated 9 February 2012, Federal Travel Regulations and FAR 31.205-46 Travel Costs. Unit of Issue: LOT, QTY: 1, 1 August 2012 - 31 July 2013. CLIN 0004, Firm-Fixed Price, Data Rights per CDRLs: The contractor shall provide unlimited rights to the Government per CDRL A008. Unit of Issue: LOT, QTY: 1, 1 August 2012- 31 July 2013 CLIN 0005, Firm-Fixed Price, Data (per CDRLs): NOT SEPARATELY PRICED LINE ITEM FOR CDRLs A001, A002, A003, A004, A005, A006, A007, A009, A010, A011, A012, A013, A014 and A015. Unit of Issue: LOT, QTY: 1, 1 August 2012 - 31 July 2013. This service requirement is to upgrade, repair, install and transport the Universal Jackscrew Test Stand as stated in the Performance Work Statement, dated 9 February 2012. The place of performance, delivery and acceptance will be at Hill Air Force Base, UT and contractor facility. Anticipated period of performance is 1 August 2012 - 31 July 2013 with FOB Destination. 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) FAR 52.212-1, Instructions to Offerors-Commercial (SEE ATTACHED SF 1449 FOR ADDITIONAL DETAILED INSTRUCTIONS); FAR 52.212-2 Evaluation-Commercial Items (SEE ATTACHED SF 1449 FOR ADDITIONAL DETAILED INFORMATION) 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. Price, 2. Technical Factors, and 3. Past Performance. Technical and past performances, when combined, are significantly more important that cost or price. Addendum to FAR 52.212-2 - This acquisition will utilize the Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2 as supplemented. See attached SF 1449 for further information on evaluation factors. The Government will evaluate the total price of the offer for the 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 clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2012) (Deviation) applies to this acquisition. Furthermore, the following clauses apply; FAR 52.202-1-Definitions; FAR 52.203-3 - Gratuities; FAR 52.203-7 - Anti-Kickback Procedures, FAR 52.203-13 Contractor Code of Business Ethics and Conduct; FAR 52.204-9 Personnel Identity Verification of Contractor Personnel; FAR 52.209-5 Certification Regarding Responsibility Matters; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-41 Services Contract Act; FAR 52.222-50-Combating Trafficking in Persons; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.223-6 Drug Free Workplace; FAR 52.227-21 Technical Data Certification, Revision, and Withholding of Payment--Major Systems; FAR 52.228-5 Insurance - Work on a Government Installation; FAR 52.232-1 Payment; FAR 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-1 Disputes; FAR 52.233-3-Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site Visit; FAR 52.237-2-Protection of Government Buildings, Equipment, and Vegetation; FAR 52.242-13-Bankruptcy; FAR 52.242-15-Stop-Work Order; FAR 52.247-34-F.O.B Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-5 Authorized Deviations in Provisions; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 525.201-7000 Contracting Officer's Representative; DFARS 252.204-7000 Disclosure of Information; DFARS 252.204-7002 Payment for Subline Items Not Separately Priced; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, 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 252.204-7006 Billing Instructions; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation); DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7031 Secondary Arab Boycott of Israel; DFARS 252.227-7013 Rights in Technical Data - Noncommercial Items; DFARS 252.227-7014 Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation; DFARS 252.227-7015 Technical Data- Commercial Items; DFARS 252.227-7016 Rights in Bid or Proposal Information; DFARS 252.227-7017 Identification and Assertion of Use, Release or Disclosure Restrictions; DFARS 252.227-7019 Validation of Asserted Restrictions-Computer Software; DFARS 252.227-7028 Technical Data or Computer Software Previously Delivered to the Government; DFARS 252.227-7030 Technical Data-Withholding of Payment; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 232-7003-Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.246-7001 Warranty of Data; DFARS 252.247-7023 Transportation of Supplies by Sea; AFFARS 5352.223-9001-Health and Safety on Government Installations; AFFARS 5352.242-9000-Contractor Access to Air Force Installations; FAR 52.216-1 TYPE OF CONTRACT The Government contemplates award of a firm-fixed price contract resulting from this solicitation. FAR 52.219-1 ALTERNATE I SMALL BUSINESS PROGRAM REPRESENTATIONS (SEE ATTACHED SF 1449 FOR FURTHER DETAILS) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage Fringe Benefits* Engineering Technician IV (30086) $24.10 $8.74 ** *Based upon 36.25% of the hourly rate per OMB Memorandum dated 11 March 2008. 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from OO-ALC/PKEAS 6038 Aspen Ave /Bldg 1289U Hill AFB UT 84056=5805 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. FAR 52.246-19 WARRANTY OF SYSTEMS AND EQUIPMENT UNDER PERFORMANCE SPECIFICATIONS OR DESIGN CRITERIA (SEE ATTACHED SF 1449 FOR FURTHER DETAILS) 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (SEE ATTACHED SF 1449 FOR FURTHER INFORMATION) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. AFFARS 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 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, concerned parties may contact the Center ombudsmen, Mr. Kevin Flinders, kevin.flinders@hill.af.mil or at 801-777-6549. 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. A site visit is scheduled for 18 June 2012 at 9:00 a.m. Please send names to Ms. Kellee Grose, kellee.grose@hill.af.mil or via phone at 801-586-8882 and Terry Clark, terry.clark@hill.af.mil or via phone at 801-586-3335 no later than 2:00 pm on 14 June 2012 for access to Hill AFB, UT. A limit of two personnel from each company will be allowed for this site visit. See attached SF 1449 for further information under AFFARS 5352.215-9001 Notice of Pre-Bid/Pre-Proposal Conference. The closing date and time of this solicitation is 3 July 2012 / 4:00 PM (MST). POINT OF CONTACT for this requirement is Ms. Kellee Grose at (801) 586-8882 or kellee.grose@hill.af.mil and Ms. Terry Clark, (801) 586-3335 or terry.clark@hill.af.mil. Please see attached solicitation document (FA8224-12-R-0054) for further details on instructions to offerors and evaluation award criteria. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-06-05 19:04:42">Jun 05, 2012 7:04 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-06-12 15:44:24">Jun 12, 2012 3:44 pm Track Changes Amendment 0001 is attached to change the site visit date from 11 June 2012 @ 9:00 AM (MST) to 18 June 2012 @ 9:00 AM (MST). Please see attached amendment. ****Note two attachments have been posted********** The Questions and Answers and Amendment 0002. The Questions and Answers document addresses any questions that have been asked. Amendment 0002 revises the following items: 1. The number of pages allowed in the technical proposal was increased from "15" to "25". 2. The anticipated period of performance is updated FROM " 9 Jul 2012 to 8 Jul 2013" TO "1 Aug 2012 to 31 Jul 2013"
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-12-R-0054/listing.html)
 
Place of Performance
Address: Hill AFB and contractor facility (TBD), Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN02773013-W 20120614/120612234958-e801ddf97444867db51062b2aa97044e (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 |
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.