SOLICITATION NOTICE
36 -- Blast Booth and Media Blasting Cabinet - Statement of Objectives - Addendum to FAR 52.212-2
- Notice Date
- 8/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- 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
- FA2823-18-Q-0104
- Archive Date
- 9/15/2018
- Point of Contact
- JoAnna M. Adams, Phone: 8508829247
- E-Mail Address
-
joanna.adams@us.af.mil
(joanna.adams@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2 - FAR 52.212-2 Addendum Attachment 1 - Statement of Objectives The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for media blast booth (1 each) and blasting cabinet (2 each). 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 FA2823-18-Q-0104. The North American Industry Classification System (NAICS) code for this acquisition is 332999 with a size standard of 750 employees. This is a 100% total small business set aside; please identify your business size in your response based upon this standard. In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b). Offerors must submit quotations for all items listed. Partial offers will not be considered for award. PROJECT SCOPE: The project is located on Eglin AFB, Buildings 1401 and 1386. The Contractor shall be required to furnish all materials, equipment, plant, labor and personnel necessary to design, manage, and accomplish this order in accordance with the contract requirements. Work involves procuring and installing a new media walk-in blast room and 2 new blasting cabinets and all associated support equipment. ***SEE ATTACHED STATEMENT OF OBJECTIVES*** *****SITE VISIT to be held Tuesday, August 14, 2018 at 1000 AM CST. All interested parties are to contact SSgt JoAnna Adams at joanna.adams@us.af.mil NLT 1200 P.M. CST Monday, August 13, 2018 to request installation access. ***** 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 following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-99, Effective: 15 Jun & 16 Jul 2018, DFAR DPN 20180629, and AFFARS AFAC 2018-0525. Specific Instructions: a. IAW FAR 52.219-6, this acquisition is a Total Small Business Set-Aside. The following provisions and clauses are applicable: • FAR 52.203-3, Gratuities • FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions • FAR 52.203-16, Preventing Personal Conflicts of Interest • FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights • FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper • FAR 52.204-7, System for Award Management • FAR 52.204-13, System for Award Management Maintenance (C); • FAR 52.212-1, Instructions to Offerors - Commercial • FAR 52.212-3, Alternate I, Offeror Representations and Certifications • FAR 52.212-4, Contract Terms and Conditions - Commercial Items • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The following clauses cited within this clause are applicable:  FAR 52.203-6, Restrictions on Subcontractor Sales to the Government  FAR 52.204-10, Reporting Executive Compensation and First-tier Subcontracting Awards;  FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment;  FAR 52.219-6, Notice of Total Small Business Set-Aside  FAR 52.219-8, Utilization of Small Business Concerns  FAR 52.219-14, Limitations on Subcontracting (If doing SB Set-aside)  FAR 52.219-28, Post-Award Small Business Program Re-Representation;  FAR 52.222-3, Convict Labor;  FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies;  FAR 52.222-21, Prohibition of Segregated Facilities;  FAR 52.222-26, Equal Opportunity;  FAR 52.222-35, Equal Opportunity for Veteran  FAR 52.222-36, Equal Opportunity for Workers With Disabilities;  FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans  FAR 52.222-40. Notification of Employee Rights under the national Labor Relations Act  FAR 52.222-50, Combating Trafficking in Persons  FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving;  FAR 52.225-13, Restrictions on Certain Foreign Purchases;  FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; • FAR 52.232-39, Unenforceability of Unauthorized Obligations • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors • FAR 52.233-3, Protest After Award • FAR 52.246-4, Inspection of Services - Fixed Price • FAR 52.247-34, F.O.B Destination • FAR 52.252-1, Solicitation Provisions Incorporated by Reference • 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, Alt A, System for Award Management (52.204-7) Alt A • DFARS 252.204-70011, Alternative Line Item Structure • DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information • DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors • DFARS 252.211-7003, Item Identification and Valuation • DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. • DFARS 252.215-7008, Only One Offer • DFARS 252.223-7008, Prohibition of Hexavalent Chromium • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012, Preference for Certain Domestic Commodities • DFARS 252.225-7048, Export Controlled Items • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.232-7010, Levies on Contract Payments • DFARS 252.239-7018, Supply Chain Risk • DFARS 252.243-7001, Pricing of Contract Modifications • DFARS 252.243-7002, Request for Equitable Adjustment • DFARS 252.244-7000, Subcontracts for Commercial Items • DFARS 252.247-7023, Transportation of Supplies by Sea; • 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 inquiries shall be directed to the Contracting Officer. (End of Clause); • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (C); • AFFARS 5352.242-9000, Contractor Access to Air Force Installations Incorporated by full text: 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301 (c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (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: (i) Technical (ii) Price (iii) Past Technical and past performance, when combined, are equal. (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) • DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (a) Definitions. As used in this provision- "Controlled technical information," "covered contractor information system," and "covered defense information" are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. (b) The security requirements required by contract clause 252.204-7012, Covered Defense Information and Cyber Incident Reporting, shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. (c) For covered contractor information systems that are not part of an information technology (IT) service or system operated on behalf of the Government (see 252.204-7012(b)(1)(ii))- (1) By submission of this offer, the Offeror represents that it will implement the security requirements specified by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations" (see http://dx.doi.org/10.6028/NIST.SP.800-171), not later than December 31, 2017. (2)(i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of- (A) Why a particular security requirement is not applicable; or (B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800-171 requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated into the resulting contract. • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, 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. (2) Was convicted of a felony criminal violation under any Federal 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 action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority Responsible for collecting the tax liability, (2) It is [ __ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 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. DEADLINE: 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 03:00 P.M., Central Standard Time on 31 August 2018. Send all questions prior to your submission no later than 03:00 P.M. Central Standard Time on 17 August 2018. Send all packages via email to JoAnna Adams at joanna.adams@us.af.mil. Government Point of Contact: SSgt JoAnna Adams, USAF Contract Specialist joanna.adams@us.af.mil (850) 882-9247 Alternate Government Point of Contact: Mr. Christopher Slater, USAF Contracting Officer christopher.slater.3@us.af.mil (850) 882-5628 Attachments: 1. Statement of Objectives (SOO) 2. Addendum to FAR 52.212-2
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e9b1d20ac8aced6ec50ae73c72604a44)
- Place of Performance
- Address: Eglin AFB, Building 1401and 1386, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN05016647-W 20180803/180801231817-e9b1d20ac8aced6ec50ae73c72604a44 (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 |