SOLICITATION NOTICE
71 -- Pilot - PDF file of this COMBO
- Notice Date
- 9/23/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8201-16-R-jmFPE
- Archive Date
- 10/11/2016
- Point of Contact
- Jerry Meakin, Phone: 8017772330, Hideo J Mera, Phone: 801-777-4626
- E-Mail Address
-
jerry.meakin@us.af.mil, hideo.mera.2@us.af.mil
(jerry.meakin@us.af.mil, hideo.mera.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PDF file of this COMBO •(i) format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. •(ii) Solicitation Number: FA8201-16-R-jmFPE This solicitation is issued as a request for quotation (RFQ). •(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005- 90. •(iv) Contracting Officer's Business Size Selection Fully Competitive NAICS Code 337215 Small Business Size Standard 500 (v) Description of items (services and/or products) to be acquired: CLIN Nomenclature UI QTY 0001 Pilot/Command Equipment Lockers * 90 EA Use an HTML code to color converter to see required colors * Specifications List: 30 Each, Lockers-24X24X72 ND/18"RHL DOOR-NL-SPL Color Main locker body 000000, Doors 000000 30 Each, Lockers-24X24X72 ND/18"RHL DOOR-NL-SPL Color Main locker body 000000, Doors 006400 30 Each, Lockers-24X24X72 ND/18"RHL DOOR-NL-SPL Color Main locker body 000000, Doors FFFF00 Material: wielded steel Designed to be free standing (no anchors or bases required) Standard locking mechanisms required for foot locker compartment and smaller wallet & key small locker Standard 2 hooks at back of main body of locker Compartmentalized Lockers with: - a separate Helmet top shelve - a separate built lockable personal belongings shelf or box, that can be built into another compartment at/near the top of the locker) - Flight Jack & lower G-garment compartment immediately below helmet shelf - Separate lockable compartment for storage of pilots backpacks, etc. - Hanger bar at top of center (garment)compartment PFE individual storage lockers must be adequate in size to store multiple sets of pilot PFE (ex. Flight Jacket, Lower G-Garment); this requires a minimum 0.68m3 (24ft3) of storage space; and a - Hanger bar at top of garment compartment and 2 rear panel hooks conveniently placed. - The key equipment dimensions to consider for sizing the overall FPE space requirements pertains to the HMD; which requires 24 cubic feet storage for HMD. - The dimensions for the HMD (Large Helmet Assembly Unit, Helmet Display Unit, Helmet Vehicle Interface cable, and both Display and External Visors) are 33.7cm (13.25in) L x 28.6cm (11.25in) W x 26.7cm (10.5in) H. JSF oxygen mask dimensions are 17.8cm (7in) L x 17.8cm (7in) W x 17.8cm (7in) H. •(vi) Combo Attachments include: N/A •(vii) Delivery: The contractor shall provide the requested product(s)/service(s) to: DODAAC: F2DOAX 7274 Wardleigh Rd, Bldg. 5 Bay H, HILL AFB, UT 84056 •(viii) Date(s) of Delivery: [ X ] Product delivery to site: within 45 days after receipt of order. Early delivery is acceptable and encouraged, as long as contract price remains unchanged and no additional costs are imputed to the government. FoB: Destination •(ix) T he provision at 52.212-1, Instructions to Offeror(s) -- Commercial, applies to this acquisition. Offers are due by 1200 hours MST, 09/26/2016 via electronic mail to jerry.meakin@us.af.mil (phone 801.777.2330). All questions regarding this synopsized solicitation should be directed as soon as possible to the above same individual. Submit proposals on company letterhead or pricing document, contractor format acceptable. Include as a minimum: •1. The solicitation number •2. Cage code of your company. •3. The name, address, email, and telephone number of the offeror •4. A technical description of the items (services and supplies) being proposed; in sufficient detail for the government to evaluate the proposals compliance in meeting all requirement contained in the PWS •5. Price to be Firm Fixed Price and bottom line price to include any proposed discounts •6. Include 'remit to' address for payment •7. State period of acceptance for submitted proposal •(x) 52.212-2: Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible, responsive offeror whose offer, conforming to this solicitation, is the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) lowest price (ii) technical capability* * To be found technically acceptable the product quoted must include sufficient product information on the quoted product with pictures; to show it meets the government's product specifications; as stated above under the 'Specifications List'. (b) Options: N/A (c) Evaluation is on a Lowest Price Technically Acceptable (LPTA) basis. All offers will first be evaluated on a proposed total price basis (including any/all option periods). The contract will be awarded to the lowest priced technically capable offeror with the lowest total price. The next lowest offer will only be evaluated for technical capability if the aforementioned last reviewed offer is not found to be technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (d) 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. •(xi) Offerors shall include a completed copy of the provision at 52.212-3, Offeror representations and Certifications -- Commercial Items, with its offer; or include cage code or DUNs number; and affirm certifications are complete and on file at https://www.sam.gov/portal/SAM/ •(xii) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addendum applies ot this clause: NONE (xiii) Class Deviation- 2013-O0019, Commercial Item Omnibus Clauses for Acquisitions Using the Standard Procurement System. This clause deviation is effective on Sep 25, 2013, and remains in effect for five years, or until otherwise rescinded. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) Additional applicable Contract Requirement or Terms and Conditions: 52.204-7 System for Award Management provision (Jul 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016), per 4.1804(a) 52.204-17 Ownership or Control of Offeror (Jul 2016) 52.204-18 Commercial & Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2016) 52.204-20 Pre decessor of Offeror (July 2016) 52.207-4 Economic Purchase Quantity- Supplies 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). 52.209-2 & 10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2015) 52.212-5 Dev. Contract Terms and Conditions required to implement statutes or executive orders - Commercial Items (Deviation 2013-O0019 - Jun 2019) 52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). 52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999) 52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007) 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793) 52.222-41 Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-54 Employment Eligibility Verification (Oct 2015) 52.222-55 Minimum Wages Under Executive Order 13658 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-11 Ozone-Depleting Substances 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), E.O.13513 52.225-1 Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (May 2013) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-1 Payments (Apr 1984) in solicitations and contracts when a fixed-price supply contract, a fixed-price service contract, or a contract for nonregulated communication services is contemplated 52.232-23 Assignment of Claims (May 2014), in solicitations and contracts expected to exceed the micro-purchase threshold 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) 52.247-34 F.O.B. Destination (Nov 1991) 52.252-2 Clauses incorporated by reference (Feb 1998) 52.252-6 Authorized Deviations in clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7004-Alt-A System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support(May 2016) See 204.403(c) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Revised June 7, 2016). 252.211-7003 Item Unique Identification and Valuation (Mar 2016) 252.223-7006 Prohibition of Storage, Treatment and Disposal of Toxic or Hazardous Materials-Basic(SEP 2014) 252.223-7008 Prohibition of Hexavalent Chromium (All FAR Part 12 procedures; unless legacy system waived) 252.225-7048 Export-Controlled Items (JUNE 2013) 252.232-7003 Electronic Submission of Payment request and Receiving reports (JUN 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions (MAY 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 5352.201-9101 OMBUDSMAN (NOV 2012) (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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Mr Kevin Flinders AFMC OL-H/PZC 801-777-6549, kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, facsimile number (571) 256-2431. (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) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012) •(xii) Defense Priorities and Allocations System (DPAS): N/A •(xii) Proposal Submission Information: All questions or comments must be sent to Jerry Meakin by email at jerry.meakin@us.af.mil Phone: 801-777-2330. NLT 1500 Hours MST, 23 Sep 2016. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201-16-R-jmFPE/listing.html)
- Place of Performance
- Address: DELIVERY ONLY TO:, DODAAC: F2DOAX, 7274 Wardleigh Rd, Bldg. 5 Bay H, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN04286525-W 20160925/160923235338-338bd74a8b980b496c954cb8aa5d4040 (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 |