Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2018 FBO #6145
MODIFICATION

16 -- 412 OSS Parachute Canopies - Amendment 1

Notice Date
9/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-18-P-5222
 
Archive Date
10/9/2018
 
Point of Contact
Charles Pate, Phone: 661-277-9559
 
E-Mail Address
charles.pate.1@us.af.mil
(charles.pate.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Updated Combined Synopsis/Solicitation Type: Combined Synopsis/Solicitation Title: 412 OSS Parachute Canopies Classification Code: 1670 Parachutes; Aerial Pick Up, Delivery, Recovery Systems; and Cargo Tie Down Equipment NAICS Code: 314999 - Parachutes manufacturing Response Date: 24 Sep 2018 @ 3:00 p.m. Pacific Standard Time (PST) (i) This is a combined synopsis/solicitation for commercial items parepared 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for this requirement. (ii) Solicitation Number: FA9302‐18‐P‐5222 ** Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements, detailed in this combined synopsis/solicitation, including CAGE code, DUNS Number, and date offer expires. Contractor must fill out the attached provision (Attachment 1), DFARS 252.209‐7999 -Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, and return to the POC listed below when responding with a quote to this combined synopsis/solicitation. Contractors must be registered in the System for Award Management (https://www.sam.gov) prior to award. This solicitation is issued as a request for quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005‐100, DPN 20180824, and AFAC 2018‐0525. (iv) THIS REQUIREMENT WILL BE: 100% Small Business Set‐Aside The North American Industry Classification System (NAICS) number for this acquisition is 314999 with a size standard of 500 employees. (v) This is a brand name request for: Manufacturer Model Size Quantity Icarus Crossfire 3 129 sq. ft. 3 Icarus Crossfire 3 149 sq. ft. 3 Icarus Crossfire 3 169 sq. ft. 6 Performance Designs Sabre 2 170 sq. ft. 3 (vi) Description: The 412 OSS, Edwards Air Force Base (EAFB), CA has a requirement to acquire Parachute canopies for various types of missions. (vii) Place of delivery and acceptance is FOB Destination, Edwards AFB, CA 93524. Any/all delivery charges must be included in the quote for FOB Destination. Period of Performance (POP) /Delivery is anticipated to be 26 Feb 2019. (viii) FAR 52.212‐1 -Instructions to Offerors -Commercial Items applies to this acquisition. (ix) FAR 52.212‐2 ‐ Evaluation -Commericial Items applies to this acquisition. 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) Price; (ii) Technical capability of the item offered to meet the Government requirement; (x) FAR 52.212‐3 -Offeror Representations and Certifications -Commercial Items (Aug 2018) and FAR 52.212‐3 -Alternate I Offeror Representations and Certifications -Commercial Items (Oct 2014) apply to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.213‐3 -Offeror Representations and Certifications -Commercial Items, with its offer‐or complete the provision located at http://sam.gov/portal. (xi) FAR 52.212‐4 -Contract Terms and Conditions -Commercial Items applies to this acquisition. (xii) FAR 52.212‐5 -Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following clauses cited in FAR 52.212‐5 apply to this acquisition: FAR 52.204‐10 -Reporting Executive Compensation and First‐Tier Subcontract Awards (Oct 2016) FAR 52.209‐6 -Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.219‐6 -Notice of Total Small Business Set Aside (Nov 2011) 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 -ooperation 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 -Equal Opportunity for Workers With Disabilities (Jul 2014) FAR 52.222‐50 -Combating Trafficking in Persons (Mar 2015) 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 52.232‐40 - Providing Accelerated Payments to Small Business Subcontractors ( Dec 2013) (xiii) Additional Contract Requirement or Terms and Conditions: DFARS 252.203‐7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204‐7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204‐7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204‐7015 Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252.211‐7003 Item Identification and Valuation (Mar 2016) DFARS 252.223‐7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225‐7001 Buy American and Balance of Payments Program (Dec 2017) DFARS 252.232‐7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232‐7010 Levies on Contract Payments (Dec 2006) DFARS 252.244‐7000 Subcontracts for Commercial Items -Components (DoD Contracts) (Jun 2013) DFARS 252.247‐7023 Transportation of Supplies by Sea -Basic (Apr 2014) DFARS 252.232‐7006 Wide Area Workflow 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 other 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 aprticipate in the evaluation of proposals, the source selection process, or the adjudication of protests of 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 Edwards AFB, CA 93524‐3784 Phone: 661‐277‐2810 Fax: 661‐275‐7593 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration toe 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. (xiv) Defense Priorities and Allocation system (DPAS): N/A (xv) Offers are due by Monday, 24 September 2018 at 3:00PM PST. Offers must be sent to Charles Pate at charles.pate.1@us.af.mil and Monika Masei at monika.masei@us.af.mil via electronic mail. No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below, NLT 1:00 pm PST on Wednesday, 19 September 2018. (xvi) For additional information regarding this solicitation contact: Charles Pate Email: charles.pate.1@us.af.milAND Monika Masei Email: monika.masei@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-18-P-5222/listing.html)
 
Place of Performance
Address: Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN05093833-W 20180920/180918230912-0ff3ce66f0b41ed737120b636efcc006 (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.