Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2015 FBO #5003
SOLICITATION NOTICE

34 -- Repair Lathe Machine

Notice Date
8/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
F3T2EM5190AQ01
 
Archive Date
8/29/2015
 
Point of Contact
Brian G. Lindsay, Phone: 9197223105
 
E-Mail Address
brian.lindsay.2@us.af.mil
(brian.lindsay.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
3 August 2015 MEMORANDUM FOR ALL OFFERORS FROM: 4TH CONTRACTING SQUADRON 1600 Wright Brothers Ave. Bldg 3010 Seymour Johnson AFB, NC 27531-2459 SUBJECT: Reference Air Force Seymour Johnson AFB, 4 th Engineering Maintence Squadron (4 EMS/MXMFM), Metals Technology Section. 1. This RFQ is issued in accordance with all terms and conditions IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3T2EM5190AQ01. 2. This requirement is being solicited as a 100% Small Business set-aside. The NAICS code for this requirement is 333517 - Machine Tools Manufacturing, with a size standard of 500 EMP. 3. There will be a site-visit held for this requirement on 11 August 2015 at 11:00 EST to give all prospective offeror's a chance to examine the lathe machine's which require maintenance. In order to attend the site-visit, contact 1st Lt Brian Lindsay @ Brian.Lindsay.2@us.af.mil to gain access to Seymour-Johnson AFB. 4. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, Effective 02 July 2015. Defense Federal Acquisition Regulation DPN 20150626, Effective 26-June-2015. Air Force Federal Acquisition Regulation AFAC 2015-0406, Effective 06-April-2015. 5. BID SCHEDULE: Potential Offerors are to provide a quote for the items/services listed below: CLIN 0001 Repair Colchester MS MCO 469 Lathe 1 EA $ CLIN 0002 Repair Clausing Trump V/S VT1407 Lathe 1 EA $ _______________________________________________________________________________________ Grand Total $ *** To be considered for award, note that you or your company must be actively registered with the US Government database System for Award Management (SAM). Vendor must be registered and enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors should provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with their quote. *** 6. All services shall be coordinated with MSgt Robert Poll, 919-722-3674, and installed at the following location: 4 EMS/MXMFM 1002 Propulsion Dr. Bldg 2115 Seymour Johnson AFB, NC 27531-2459 7. Quotes are due to this office no later than 2:00p.m. Eastern Standard Time, 14 August 2015. Quotes must be sent via e-mail to the below POC's. Contracting point of contact: 1st Lt Brian Lindsay, Contracting Specialist, (919)722-1732, brian.Lindsay.2@us.af.mil SSgt Andrew Hostetter, Contracting Officer, (919) 722-3105, andrewrobert.hostetter@us.af.mil Instructions to Offerors: QUOTE SPECIFICS: All quotes must include the following information: •1. Quote shall include the contractors Price Quotation as follows: •a) Contractor's Unit and Total Price relating to CLIN 0001-0014 above. • i. Vendors must note that separate Contract Line Item Numbers ( CLIN s), are not prescribed for purpose of associated costs entailing taxes, fees, transportation, delivery, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this solicitation, shall be all inclusive of all associated costs (i.e. all material, transportation, labor, delivery, etc.) •b) Discount for prompt payment - if any •c) Contractor must provide a Statement of Work (in addition to the RFQ response) to the government detailing what services will be provided in order to fulfill the Government's requirement. •2. Company Point of Contact with name, address, email address, and telephone number. •3. Quotes must be valid through 30 September 2015. NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract will not be considered by the Government in its evaluation of quotations. This aspect also includes the Government's exclusion from requests by vendors to enter into supplemental agreements from their respective company in order to conduct business under a resultant contract award. Vendors that are not able to comply with the aforementioned conditions will be determined as noncompliant with the solicitation requirements and therefore may be removed from consideration for award. (End of Provision ) Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1. Price Quotation 2. Lowest Price Technically Acceptable 3. Government Approval of Contractor's submitted Statement of Work (SOW) (b) Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. (End of Provision) The following clauses apply to this solicitation: In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. The following clauses and provisions apply to this solicitation: FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998) 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 Vendor 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/ FAR 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/ 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 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 ACC Ombudsmen, LtCol Tonney T. Kaw-uh, 129 Andrews Avenue, Suite 102. Langley AFB, VA 23665-2769 Phone (757)764-5371, FAX (757)764-4400, or email: tonney.kawuh@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. (INTERIM CHANGE: See Policy Memo 14-C-05) (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) AFFARS 5352.242-9000 Contractor Access to Air Force Installations (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, Social Security Number, and a letter from 4 CONS to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management 52.204-18 Commercial And Government Entity Code Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.211-5 Material Requirements 52.211-17 Delivery Of Excess Quantities 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation 2013-O0019) 52.219-1 Small Business Program Representations 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 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking In Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-3 Hazardous Material Identification And Material Safety Data 52.223-5 Pollution Prevention And Right-To-Know Information 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions On Certain Foreign Purchases 52.232-8 Discounts For Prompt Payment 52.232-11 Extras 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-34 Payment by Electronic Funds Transfer--Other Than System for Award Management 52.232-37 Multiple Payment Arrangements 52.232-39 Unenforceability Of Unauthorized Obligations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.242-17 Government Delay Of Work 52.244-6 Subcontracts For Commercial Items 52.247-34 F.O.B. Destination 52.252-4 Alterations In Contract 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations In Clauses 52.253-1 Computer Generated Forms Department of Defense Federal Acquisition Regulations (DFAR): 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 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.204-7015 Disclosure Of Information To Litigation Support Contractors 252.209-7998 Representation Regarding Conviction of a Felony Criminal 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Unique Identification And Valuation 252.223-7001 Hazard Warning Labels 252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7048 Export-Controlled Items 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Items 252.246-7000 Material Inspection And Receiving Report 252.247-7023 Transportation Of Supplies By Sea-Basic Air Force Federal Acquisition Regulations (AFFAR): 5352.223-9001 Health and Safety on Government Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T2EM5190AQ01/listing.html)
 
Place of Performance
Address: 4 EMS/MXMFM, 1002 Propulsion Dr. Bldg 2115, Seymour Johnson AFB, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN03821479-W 20150805/150803235533-2054f09c19e29348a3dca70a614d1897 (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.