MODIFICATION
J -- Tensile Tester maintenance
- Notice Date
- 8/5/2016
- Notice Type
- Modification/Amendment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8571-16-T-0028
- Archive Date
- 8/27/2016
- Point of Contact
- ShaMona Avery, Phone: 4783279882, Harold Polk, Phone: 478-222-0954
- E-Mail Address
-
shamona.avery@us.af.mil, harold.polk@us.af.mil
(shamona.avery@us.af.mil, harold.polk@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- *Amended This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 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 solicitation is issued as Request for Quotation (RFQ) No. FA8571-16-T-0028. **** This acquisition is solicited as FULL AND OPEN competition. The applicable NAICS code is 811219. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, DFARS Change Notice 20160630, and AFAC 2016-0603. The resulting award will be a purchase order with a one-year basic period and four annual options. Contract line item numbers (CLINs) and items, quantities, and units of measure: CLIN 0001 - Basic Period Quantity: 1 Unit: Lot All labor, travel, tools, equipment, parts, and materials necessary to perform annual verification and calibration services for five Instron Material Testing systems and one MTS Systems Corporation Tensile tester. All work shall be performed in accordance with American Society for Testing and Materials (ASTM) standards ASTM E4, ASTM E83, ASTM E2309, and ASTM E2658, Appendix C dated 27 May 2016, and Performance Work Statement dated 25 May 2016. Period of performance: 1 Sep 2016 through 31 Aug 2017. CLIN 0002 - Basic Period Data in accordance with Exhibit A ELIN A001 Calibration Certificate ELIN A002 Contractor's Standard Operating Procedures ELIN A003 Accident/Incident Report Period of performance: 1 Sep 2016 through 31 Aug 2017. CLIN 1001 - Annual Option I Quantity: 1 Unit: Lot All labor, travel, tools, equipment, parts, and materials necessary to perform annual verification and calibration services for five Instron Material Testing systems and one MTS Systems Corporation Tensile tester. All work shall be performed in accordance with American Society for Testing and Materials (ASTM) standards ASTM E4, ASTM E83, ASTM E2309, and ASTM E2658, Appendix C dated 27 May 2016, and Performance Work Statement dated 25 May 2016. Period of performance: 1 Sep 2017 through 31 Aug 2018. CLIN 1002 - Annual Option I Data in accordance with Exhibit A ELIN A001 Calibration Certificate ELIN A002 Contractor's Standard Operating Procedures ELIN A003 Accident/Incident Report Period of performance: 1 Sep 2017 through 31 Aug 2018. CLIN 2001 - Annual Option II Quantity: 1 Unit: Lot All labor, travel, tools, equipment, parts, and materials necessary to perform annual verification and calibration services for five Instron Material Testing systems and one MTS Systems Corporation Tensile tester. All work shall be performed in accordance with American Society for Testing and Materials (ASTM) standards ASTM E4, ASTM E83, ASTM E2309, and ASTM E2658, Appendix C dated 27 May 2016, and Performance Work Statement dated 25 May 2016. Period of performance: 1 Sep 2018 through 31 Aug 2019. CLIN 2002 - Annual Option II Data in accordance with Exhibit A ELIN A001 Calibration Certificate ELIN A002 Contractor's Standard Operating Procedures ELIN A003 Accident/Incident Report Period of performance: 1 Sep 2018 through 31 Aug 2019. CLIN 3001 - Annual Option III Quantity: 1 Unit: Lot All labor, travel, tools, equipment, parts, and materials necessary to perform annual verification and calibration services for five Instron Material Testing systems and one MTS Systems Corporation Tensile tester. All work shall be performed in accordance with American Society for Testing and Materials (ASTM) standards ASTM E4, ASTM E83, ASTM E2309, and ASTM E2658, Appendix C dated 27 May 2016, and Performance Work Statement dated 25 May 2016. Period of performance: 1 Sep 2019 through 31 Aug 2020. CLIN 3002 - Annual Option III Data in accordance with Exhibit A ELIN A001 Calibration Certificate ELIN A002 Contractor's Standard Operating Procedures ELIN A003 Accident/Incident Report Period of performance: 1 Sep 2019 through 31 Aug 2020. CLIN 4001 - Annual Option IV Quantity: 1 Unit: Lot All labor, travel, tools, equipment, parts, and materials necessary to perform annual verification and calibration services for five Instron Material Testing systems and one MTS Systems Corporation Tensile tester. All work shall be performed in accordance with American Society for Testing and Materials (ASTM) standards ASTM E4, ASTM E83, ASTM E2309, and ASTM E2658, Appendix C dated 27 May 2016, and Performance Work Statement dated 25 May 2016. Period of performance: 1 Sep 2020 through 31 Aug 2021. CLIN 4002 - Annual Option IV Data in accordance with Exhibit A ELIN A001 Calibration Certificate ELIN A002 Contractor's Standard Operating Procedures ELIN A003 Accident/Incident Report Period of performance: 1 Sep 2020 through 31 Aug 2021. *** Place of performance is Robins AFB, GA. In addition to price, quotations shall include CAGE code, DUNS number, and taxpayer ID number. Quotations should be emailed to ShaMona Avery (shamona.avery@us.af.mil) no later than 12 Aug 2016, 2:00 pm EDT. The following provisions and clauses apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015) FAR 52.212-2, Evaluation-Commercial Items (Oct 2014) with the following fill-in: (a)The following factor shall be used to evaluate offers: Price. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate 1 (Apr 2016) with the box at paragraph (k)(1) checked. ( Offerors shall include a completed copy of this provision with their offer. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision.) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (DEVIATION 2013-O0019) (Jun 2016) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) with the following fill-ins: (a)The Government may extend the term of this contract by written notice to the Contractor within the current period performance provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least five days before the contract expires. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. FAR 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). FAR 52.222-41, Service Contract Labor Standards (May 2014). (Dept. of Labor wage determination no. 2015-2139 Rev. 3 dated 21 Apr 2016 is applicable.) FAR 52.222-42, Statement of Equivalent rates for Federal Hires (May 2014) with the following fill-in: Employee Class: WG-5378-11 Precision Measurement Equipment Calibrator Monetary Wage: $23.57/hour Fringe Benefits: 1) Contributions of 5.1% of basic hourly rate for health insurance; 2) Contributions of 7% of basic hourly rate for retirement; 3) Ten paid holidays; 4) Paid annual leave (vacation) of two hours each week for employees with less than three years of service, three hours each week for employees with three but less than fifteen years of service, and four hours each week for employees with fifteen or more years of service. FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.228-5, Insurance - Work on a Government Installation (Jan 1997). FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984). DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011). DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011). DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015). DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015). DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016). DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011). DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate-Basic (Nov 2014). DFARS 252.225-7001, Buy American and Balance of Payments Program-Basic (Nov 2014). DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012). DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013). DFARS 252.232-7010, Levies on Contract Payments (Dec 2006). DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013). DFARS 252.246-7003, Notification of Potential Safety Issues (Jun 2013). DFARS 252.247-7023, Transportation of Supplies by Sea-Basic (Apr 2014). DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000). AFFARS 5352.201-9101, Ombudsman (Jun 2016) AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) AFFARS 5352.223-9001, Health and Safety on Government Installations (Nov 2012) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8571-16-T-0028/listing.html)
- Place of Performance
- Address: Bldg 323 Room 117, Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN04211903-W 20160807/160805234948-4c551f63d283bdf1ea7fca54eb4e286f (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 |