SOLICITATION NOTICE
61 -- Wire & Cable Multi Award IDIQ Solicitation - Attachment-1 49 Itemized Mil Spec Wires and Cable List
- Notice Date
- 4/2/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331420
— Copper Rolling, Drawing, Extruding, and Alloying
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AF3078B001
- Point of Contact
- Steven A. Winner, Phone: 6612775686, Jeffory L. Mohan, Phone: 6612778801
- E-Mail Address
-
steven.winner@edwards.af.mil, jeffory.mohan@edwards.af.mil
(steven.winner@edwards.af.mil, jeffory.mohan@edwards.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 49 Itemized Mil Spec Wires and Cable List Combined Synopsis/Solicitation - F1S0AF3078B001 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 13.500 and FAR 16.504 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The Government intends to award up to three (3) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts resulting from this solicitation. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 and DFARs Change Notice (DPN) 20130328. NAICS is 331422 with a small business size standard of 1000 employees. Synopsis/solicitation is for commercial purchase. This acquisition is a 100% Small Business Set-aside, but falls under the Non-manufacture Rule for NAICS code 331422 and FSC 6145. The business size standard applicable under the Non-manufacturer rule must not exceed 500 employees. REQUIREMENTS AND MINIMUM SALIENT CHARACTERISTICS: See Attachment-1, 49 itemized Mil Spec Wires and Cable List.xls. When submitting quotes, offerors will provide the following documentation: 1. Provide pricing on the attached spreadsheet (see Attachment 1) 2. Current ISO 9001 Certification from Manufacturer, (Non-manufacturer must provide from their supplier) 3. Past performance information The Government requires all offerors pricing to remain valid for a minimum of six (6) months after award on all items listed in Attachment 1. Delivery: Required 6 Weeks After Receipt of Order (WARO). Successful offerors shall be able to supply an urgent order within 4WARO. Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA. 93524. Interested parties who believe they can meet all the requirements for items describe in Attachment-1, of this synopsis are invited to submit in writing a complete quote, including delivery FOB Destination, Edwards AFB, CA. 93524. Offerors are required to submit their quote with enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH the requirements outlined in System For Award Management (SAM), FAR 52.204-99, Class Deviation 2012-O0004, January 23, 2013. To register with SAM you can access this site at https://www.sam.gov/sam. Provisions in effect under this Combined Solicitation/Synopsis: 52.252-1 - Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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 address: http://farsite.hill.af.mil. 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors-Commercial, applies to this acquisition. 52.212-2 - Evaluation - Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, shall be most advantageous to the Government, price and other factors considered. Lowest Priced Technically Acceptable (LPTA) offer(s): Technical acceptability based on the following sub factors in the order listed below: (i) Quality/Accuracy to the MIL specification deviation as detailed in this combined solicitation/synopsis (see attachment 1) (ii) Delivery time (iii) Past performance 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 252.209-7999, Class Deviation 2012-O0004, Effective January 23, 2013 Clauses in effect under this Combined Solicitation/Synopsis: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions - Commercial items 52.212-5 Contract Terms and Conditions Required to implement Statutes 52.219-1 Small Business Program Representations, Alternate I 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-13 Notice of Set-Aside of Orders 52-219-14 Limitations on Subcontracting 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Mandatory information for electronic funds transfer payment 52.233-01 Disputes 52.233-03 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.O.B. - Destination 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 Buy American, Balance of Payments Program Certificate 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA. 93524, not later than April 30, 2013 at 3:30pm PST. Preferred method of quotes is Email Address: steven.winner@edwards.af.mil. Phone: (661) 277-5686, Fax: (661) 277-0470. Please Call to verify receipt of quotes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AF3078B001/listing.html)
- Place of Performance
- Address: AFTC/PZIEA, 5 South Wolfe Avenue, Bldg. 2800, Edwards Air Force Base, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN03026459-W 20130404/130402234943-4cf1bb2a9e7b81dfbc8279110b750336 (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 |