Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2017 FBO #5669
SOLICITATION NOTICE

53 -- Tungsten Poweder

Notice Date
5/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331410 — Nonferrous Metal (except Aluminum) Smelting and Refining
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-17-Q-8024
 
Archive Date
6/21/2017
 
Point of Contact
Kimberly G. Nelson, Phone: 8508820339
 
E-Mail Address
kimberly.nelson.6@us.af.mil
(kimberly.nelson.6@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for Tungsten Powder. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is Request for Quotation numbered FA2823-17-Q-8024. The North American Industry Classification System (NAICS) code for this acquisition is 331410 with a size standard of 500 employees. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, provides the lowest evaluated price for a product meeting or exceeding the acceptability standards set forth in the specifications. •1. Requirement CLIN 0001 : 2500 lbs of 112 Micron Tungsten Powder Package to include shipping: FOB destination. Specs: High Purity, High Density, 99.9+% pure, APS 112 Microns In accordance with, FAR 52.212-1(b) (4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered insufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88, Defense Acquisition Circular (DPN 20160510) and Air Force Acquisition Circular (AFAC) 2015-1001. All FAR clauses may viewed in full text at http://farsite.hill.af.mil. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-95 effective 13 January 2017. The following provisions and clauses are applicable Incorporated by Reference: •· FAR 52.204-7, System for Award Management •· FAR 52.212-1, Instructions to Offerors---Commercial Items FAR 52.212-3 Offerors Representations and Certifications-Commercial Items, Alt 1: Offerors are reminded that an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. •· FAR 52.212-4, Contract Terms and Conditions - Commercial Items •· FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items •Ø FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards •Ø FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment •Ø FAR 52.219-28, Post-Award Small Business Program Representation •Ø FAR 52.222-3, Convict Labor •Ø FAR 52.222-19, Child Labor - cooperation with Authorities and Remedies •Ø FAR 52.222-21, Prohibition of Segregated Facilities •Ø FAR 52.222-26, Equal Opportunity •Ø FAR 52.222-36, Equal Opportunity for Workers with Disabilities •Ø FAR 52.222-50, Combating Trafficking in Persons •Ø FAR 52.222-36, Equal Opportunity for Workers with Disabilities •Ø FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving •Ø FAR 52.225-13, Restriction on Certain Foreign Purchases •Ø FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. •· FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors •· FAR 52.247-34, FOB Destination •· FAR 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil •· DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials •· DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights •· DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials •· DFARS 252.204-7003, Control of Government Personnel Work Product •· DFARS 252.204-7004, Alternate A, System for Award Management •· DFARS 252.204-7011, Alternate Line Item Structure •· DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting •· DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors •· DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2016 Appropriations •· DFARS 252.211-7003, Item Identification and Valuation Full Text •· DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations •· DFARS 252.223-7008, Prohibition of Hexavalent Chromium •· DFARS 252.225-7001, Buy American Act •· DFARS 252.225-7048, Export Controlled Items •· DFARS 252.225-7002, Qualifying Country Sources as Subcontractors •· DFARS 252.232-7003, Electronic Submission of Payment Requests •· DFARS 252.232-7006, Wide Area Work Flow Payment Instructions •· DFARS 252.232-7010, Levies on Contract Payments •· DFARS 252.243-7001, Pricing of Contract Modifications •· DFARS 252.244-7000, Subcontracts for Commercial Items •· DFARS 252.247-7023, Transportation of Supplies by Sea •· DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea Incorporated by full text: •· DFARS 252.209-7998 (Dev), Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law: In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, noe of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the government. (b) The offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) •· AFFARS 5352.201-9101, Ombudsman (C): (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 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, concerned parties may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Col Evan C. Dertien, AFTC/CV, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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 inquires shall be directed to the Contracting Officer. (End of Clause) •· AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086 ) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause) Please provide a response to clause DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. The vendor agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quote. Quotes or modification of quotes, received at the address specified for the receipt of offers after the exact time specified WILL NOT be considered. Vendors must be registered in System for Award Management ( www.sam.gov ) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 6 June 2017. Vendors shall submit packages to Kimberly Nelson via email at kimberly.nelson.6@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e16aff0c4f998f9cf430ffb604ffd007)
 
Place of Performance
Address: Eglin AFB, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04525694-W 20170601/170530234704-e16aff0c4f998f9cf430ffb604ffd007 (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.