Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2015 FBO #5056
SOLICITATION NOTICE

49 -- AIM-9X Maintenance Table - Atch 1 - AIM-9X Maintenance Table Drawings - Atch 2 - Clause Addendums - Atch 3 - Past Performance Questionnaire

Notice Date
9/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC/EBDK - Eglin, 205 West D Ave, Bldg 350 Ste 545, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8681-16-T-0042
 
Point of Contact
Stephanie R Mills, Phone: 850-883-0060
 
E-Mail Address
stephanie.mills@us.af.mil
(stephanie.mills@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - Past Performance Questionnaire Attachment 2 - FAR 52.212-1; FAR 52.212-2; and FAR 52.212-5 clause addendums Attachment 1 - AIM-9X Maintenance Table Drawings The Air Force Life Cycle Management Center, Armament Directorate, Direct Attack Division, Munitions Materials Handling Equipment (MMHE) Branch has a requirement for the manufacture of one (1) AIM-9X Maintenance Table prototype for testing, in accordance with drawing no. XP201516570, with the option to manufacture one (1) AIM-9X Maintenance Table first article. Any drawing discrepancies discovered or questions/concerns that arise during fabrication should be directed to the Government POC listed below: AFLCMC/MMHE POC: TSgt David P. Alday/ Mr. Aaron Buscavage 615 Apalachicola Rd. Eglin AFB FL 32542 Comm: 850-883-3561/3633 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. The solicitation number is FA8681-16-T-0042. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 03 Sep 215, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20150826 effective 26 Aug 2015, and Air Force Acquisition Circular 2015-0406 effective 06 Apr 2015. All FAR/DFARS/AFFARS clauses and provisions may be viewed at the following website: http://farsite.hill.af.mil. The NAICS Code for this requirement is 332999, All Other Miscellaneous Fabricated Metal Product Manufacturing, and the small business size standard is 750 employees. This acquisition is a 100% Total Small Business Set-Aside and will be a Firm-Fixed Priced contract. This procurement will be awarded using Simplified Acquisition Procedures. Documents submitted in response to this Request for Quote must be fully responsive to and consistent with the following: 1. Government standards and regulations pertaining to this procurement and in this notice. 2. Drawing No. XP201516570 - Attachment 1 3. Instructions to Offerors/Evaluation Factors for Award/Contract Terms and Conditions: FAR 52.212-1/52.212-2/52.212-5 Addendums - Attachment 2 4. Past Performance Questionnaires - Attachment 3 Quotes are due VIA EMAIL to this office no later than 1:00 p.m. Central Time, 26 October 2015. Contract Terms and Conditions: 1. The following FAR/DFARS/AFFARS clauses and provisions are incorporated by reference: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-1, Instructions to Offerors -- Commercial Items -- See Addendum 52.212-4, Contract Terms and Conditions--Commercial Items 52.223-6, Drug-Free Workplace 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-1, Payments 52.232-8, Discounts for Prompt Payment 52.232-11, Extras 52.232-23, Assignment of Claims 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 Claim 52.242-15, Stop-Work Order 52.243-1, Changes--Fixed Price 52.246-16, Responsibility for Supplies 52.247-34, F.o.b. Destination 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 252.204-7006, Billing Instructions 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.209-7992, Prohibition Against Using FY2015 Funds to Contract with Corporations that Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law 252.211-7003, Item Unique Identification and Valuation 252.211-7008, Use of Government-Assigned Serial Numbers 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048, Export Controlled Items 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea 5352.201-9101 Ombudsman Para (c). Ombudsmen names, addresses, phone numbers, fax, and email addresses. ‘Ms. Jill Willingham, AFLCMC/AQP; Commercial: 937-255-5472' 2. The following FAR/DFARS/AFFARS clauses and provisions are incorporated by Full Text: 52.211-2, Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining Standardization Information System (ASSIST) 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: See Addendum Technical and past performance, when combined, are approximately equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3, Offerors Representations and Certifications-Commercial Items (Alternate I) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. - See Addendum 52.219-1, Small Business Program Representation (Alternate I). Para (b) (1) The North American Industry Classification System (NAICS) code for this acquisition is 332999. (2) The small business size standard is 750 employees. 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.225-4, Buy American - Free Trade Agreements - Israeli Trade Act Certificate (Alternate II) 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 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/these address(es): 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/these address (es): http://farsite.hill.af.mil 52.252-3, Alterations in Solicitation (Apr 1984). Portions of the solicitation are altered as follows: FAR 52.212-1, Instructions to Offerors -- Commercial Items is hereby modified via Addendum, see Attachment 2. FAR 52.212-2, Evaluation-Commercial Items is hereby modified via Addendum, see Attachment 2. 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.232-7006, Wide Area WorkFlow Payment Instructions Please provide with your quote all clauses/provisions that have required fill-ins. Wide Area Workflow invoicing instructions will be incorporated in the contract document at award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f2e2d77fe49b23c5e518c367e2c57eb)
 
Record
SN03904776-W 20150927/150926000036-5f2e2d77fe49b23c5e518c367e2c57eb (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.