SOLICITATION NOTICE
66 -- Signal Hound Spectral Analyzer - SOW - Page 2 - Signal Hound J&A
- Notice Date
- 8/29/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
- ZIP Code
- 37389-1335
- Solicitation Number
- FA91011Q2034
- Point of Contact
- Robert Mosley, Phone: 9314546706, Malisa C. Harrington, Phone: 931-454-4405
- E-Mail Address
-
robert.mosley.3@us.af.mil, malisa.harrington@us.af.mil
(robert.mosley.3@us.af.mil, malisa.harrington@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- J&A Page 2_ Offeror's Information Statement of Work The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 Jan 2017, DFARS DPN 20161222 effective 22 Dec 2016, and AFFARS AFAC 2017-0127 effective 27 Jan 2017. The North American Industry Classification System code (NAICS) is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals with a Size Standard of 750 employees. A firm fixed price purchase order will be awarded. DESCRIPTION: See attached requirements document. Offerors are to provide all or none, a partial quote will not be accepted. SET-ASIDE: Set-Asides are not applicable to this procurement. BASIS FOR AWARD: The Government will award a purchase order resulting from this request 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: Price and Technical capability. Reference below Addenda to 52.212-2, Evaluation -- Commercial Items for more information. DELIVERY ADDRESS: Holloman AFB, NM 88330 DELIVERY DATE: 30 calendar Days After Receipt of Order (DARO) QUOTE DEADLINE: Quotes are due 13 September 2017 NLT, 2:00 p.m. (CDT). Quotes should be emailed to both Contract Specialists: Mr. Robert Mosley at robert.mosley.3@us.af.mil and Ms. Malisa Harrington at malisa.harrington@us.af.mil. Quotes received after this date and time will not be reviewed. QUOTE SUBMISSION INFORMATION: Quotes can be submitted through email to the addresses identified above. Please note that submitted quotes must include a wet signature. Your offer shall include, but is not limited to the following: 1. Complete (must be signed) Page 2 of Combined Synopsis/Solicitation (or contractor equivalent*) 2. FAR 52.212-3, Offeror Representations and Certifications *The offeror is not required to use Page 2 of this Combined Synopsis/Solicitation; however, if you choose not to use it, all of the information on Page 2 must be included in your offer. SAM/DUNS/WAWF: All offers must list a DUNS number, CAGE code, and Federal TIN with the Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors must be registered in Wide Area Workflow (WAWF) to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. PROVISIONS/CLAUSES: Provisions and clauses may be obtained via the internet through the following websites: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by full text: ADDENDA TO 52.212-2, Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Price 2) Technical capability of the item offered to meet the Government requirement Price - Received quotes will be ranked and arranged by price (lowest first) before the Government assesses technical capability. Rankings/arrangement will based on total price inclusive of transportation charges from the shipping point of the supplier to the delivery destination. Technical - An offeror must provide specific evidence that the item(s) quoted are capable of fulfilling the minimum requirement. Technical criteria will be evaluated by a technical advisor for compatibility/functionality review and rated IAW Table A-1 (as provided below). Documents submitted in response to this solicitation must be fully responsive to and consistent with the following (if applicable): (1) Requirements of the solicitation, Statement of Need and government standards and regulations pertaining to this requirement. If this solicitation has been designated as Brand Name or Equal IAW FAR 52.211-6, the technical advisor will compare an offerors proposed product/service against the brand names salient physical, functional, and/or performance characteristics to determine technical acceptance. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. If the lowest priced offer is determined to be technically acceptable, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is evaluated to be technically unacceptable the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is determined to be technically acceptable, or until all offerors are evaluated. (b) 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) 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 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 address: http://farsite.hill.af.mil (End of Provision) 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/these address(es): http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting. (End of Clause) The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: - FAR 52.204-7, System for Award Management (Oct 2016) - FAR 52.204-13, System for Award Management Maintenance (Oct 2016) - FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) - FAR 52.212-01, Instructions to Offerors - Commercial Items (Jan 2017) - FAR 52.212-3, Offeror Representation and Certifications--Commercial Items (Jan 2017), Alt. I (Oct 2014) - FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Jan 2017) - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (Jan 2017) Within FAR 52.212-5, the following provisions and clauses are incorporated by text: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR 52.209-6, Protecting the Government's Interest (Oct 2015) FAR 52.219-28, Post-Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) - FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) - FAR 52.247-34, F.O.B. Destination (Nov 1991) - FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) - FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) The following Defense Federal Acquisition Regulation Supplement (DFARS) and Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply to this solicitation and are incorporated by reference: - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) - DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) - DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) - DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) - DFARS 252.204-7004, Alt A, System for Award Management Alternate A (Feb 2014) - DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) - DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) - DFARS 252.225-7001, Buy American Act and Balance of Payment Program--Basic (Dec 2016) - DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2016) - DFARS 252.232-7003, Electronic Submission of Payment Requests (Jun 2012) - DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) - DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) - DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991) - DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) - DFARS 252.247-7023, Transportation of Supplies by Sea-Basic (Apr 2014) - AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) The following AFFARS clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman (Jun 2016) (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 ombudsman, Air Force Test Center Vice Commander, 1 South Rosamond Blvd, Edward 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 Center/MAJCOM/DRU/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. (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)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/FA91011Q2034/listing.html)
- Record
- SN04651087-W 20170831/170829232839-af3b0ff735272de40dad207dbbe40b17 (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 |