SOLICITATION NOTICE
J -- Fortus 400mc Diamond Care Maintenance - RFQ Attachments
- Notice Date
- 10/25/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8571-19-Q-4A101
- Archive Date
- 11/24/2018
- Point of Contact
- Colleen A Kemper, , Lindsey Jordan,
- E-Mail Address
-
colleen.kemper@us.af.mil, lindsey.jordan.1@us.af.mil
(colleen.kemper@us.af.mil, lindsey.jordan.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Appendix C dated 24 July 2018 Contract Data Requirements List A001 - A002 Performance Work Statement dated 01 August 2018 This is a combined synopsis/solicitation for commercial services prepared 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; quotes are being requested and a written solicitation will not be issued. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ). The requirement is to provide recertification and a Diamond Care maintenance coverage plan for the Fortus 400mc 3D Production System. Service will be provided at Robins AFB and the Contractor shall provide all travel, labor, tools, materials, parts, equipment, and supervision in accordance with attached PWS dated 01 August 2018. The proposed contract action is for services for which the Government intends to negotiate and award a five-year sole source contract to Stratasys, Inc., 7665 Commerce Way, Eden Prairie, MN 55344 (CAGE: 1GKB4). This is in accordance with Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i). SMALL BUSINESS SIZE STANDARD: •(a) NAICS: 811212 •(b) Dollars: $27.5 M REQUIREMENT: The requirement is to provide recertification and a Diamond Care maintenance coverage plan for the following Fortus 400mc 3D Production System. Service will be provided at Robins AFB and the Contractor shall provide all travel, labor, tools, materials, parts, equipment, and supervision. The contract will include a basic year with 4 option years. CLIN Description: 0001 : Diamond Care Maintenance Plan for the Fortus 400mc 3D Production System. Contractor to provide all travel, labor, tools, materials, parts, equipment, and supervision. IAW attached PWS dated 1 August 2018. (FFP) 0002 : Recertification Fee (FFP) 0003: Data (NSP) for CDRL A001, Contractor's Safety Plan, DI-SAFT-82080 IAW PWS Paragraph 3.7.1 dated 1 August 2018. 0004: Data (NSP) for CDRl A002, Accident/Incident report, DI-SAFT-81563 NOT 1 IAW PWS Paragraph 3.7.3 dated 1 August 2018. Option Period 1 1001 : Diamond Care Maintenance Plan for the Fortus 400mc 3D Production System. Contractor to provide all travel, labor, tools, materials, parts, equipment, and supervision. IAW attached PWS dated 1 August 2018. (FFP) 1002 : Recertification Fee (FFP) 1003: Data (NSP) for CDRL A001, Contractor's Safety Plan, DI-SAFT-82080 IAW PWS Paragraph 3.7.1 dated 1 August 2018. 1004: Data (NSP) for CDRl A002, Accident/Incident report, DI-SAFT-81563 NOT 1 IAW PWS Paragraph 3.7.3 dated 1 August 2018. Option Period 2 2001 : Diamond Care Maintenance Plan for the Fortus 400mc 3D Production System. Contractor to provide all travel, labor, tools, materials, parts, equipment, and supervision. IAW attached PWS dated 1 August 2018. (FFP) 2002 : Recertification Fee (FFP) 2003: Data (NSP) for CDRL A001, Contractor's Safety Plan, DI-SAFT-82080 IAW PWS Paragraph 3.7.1 dated 1 August 2018. 2004: Data (NSP) for CDRl A002, Accident/Incident report, DI-SAFT-81563 NOT 1 IAW PWS Paragraph 3.7.3 dated 1 August 2018. Option Period 3 3001 : Diamond Care Maintenance Plan for the Fortus 400mc 3D Production System. Contractor to provide all travel, labor, tools, materials, parts, equipment, and supervision. IAW attached PWS dated 1 August 2018. (FFP) 3002 : Recertification Fee (FFP) 3003: Data (NSP) for CDRL A001, Contractor's Safety Plan, DI-SAFT-82080 IAW PWS Paragraph 3.7.1 dated 1 August 2018. 3004: Data (NSP) for CDRl A002, Accident/Incident report, DI-SAFT-81563 NOT 1 IAW PWS Paragraph 3.7.3 dated 1 August 2018. Option Period 4 4001 : Diamond Care Maintenance Plan for the Fortus 400mc 3D Production System. Contractor to provide all travel, labor, tools, materials, parts, equipment, and supervision. IAW attached PWS dated 1 August 2018. (FFP) 4002 : Recertification Fee (FFP) 4003: Data (NSP) for CDRL A001, Contractor's Safety Plan, DI-SAFT-82080 IAW PWS Paragraph 3.7.1 dated 1 August 2018. 4004: Data (NSP) for CDRl A002, Accident/Incident report, DI-SAFT-81563 NOT 1 IAW PWS Paragraph 3.7.3 dated 1 August 2018. Period of Performance : CLIN 0001-0004: 1 December 2018 - 30 November 2019 CLIN 1001-1004: 1 December 2019 - 30 November 2020 CLIN 2001-2004: 1 December 2020 - 30 November 2021 CLIN 3001-3004: 1 December 2021 - 30 November 2022 CLIN 4001-4004: 1 December 2022 - 30 November 2023 Price(s) should be FOB Destination (Robins AFB GA 30198). In addition to price and delivery, quote should include your CAGE code, DUNS number, and Taxpayer ID number. Quotations should be emailed to Colleen Kemper (colleen.kemper@us.af.mil) no later than Friday, 9 November 2018, 2:00 pm EST. The anticipated award date is 1 December 2018. Please do not request award status prior to this date. The following clauses are applicable to subject solicitation (current through FAC 2005-98 dated 31 May 2018 and DFARS Change Notice DPN 20180601 ): FAR 52.204-7 System for Award management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representations FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 Instructions to Offerors (DEVIATION 2018-O0013) FAR 52.212-3, Reps/Certs should be completed on-line at www.acquisition.gov FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.217-9 Option to Extend Term of the Contract FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain equipment-Certification ( Services exempt from SCLS) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representations and Certifications FAR 52.228-5 Insurance --Work on a Government Installation FAR 52.232-1 Payments (FFP) FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.243-1 Changes--Fixed Price (FFP supplies. If services, use Alt 1) FAR 52.243-1 Changes - Fixed Price Alternate I FAR 52.246-16 Responsibility for Supplies FAR 52.247-34 FOB Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference 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/these address(es): http://farsite.hill.af.mil/vmfara.htm http://farsite.hill.af.mil/vmdfara.htm http://farsite.hill.af.mil/vmaffara.htm FAR 52.252-5 Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the regulation Solicitation Only (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is Clauses Incorporated by Reference: fill-in: www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use and Disclosure of Third-Party Contractor Reported Cyber Incident Information (Services for IT and Telecommunications) DFARS 252-204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.211-7003 Item Unique Identification and Valuation. 1 st fill-in: N/A (Supplies or services furnishing supplies. Fill-in may be required.) DFARS 252.211-7008 Use of Government Assigned Serial Numbers DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.239-7009 Representation of Use of Cloud Computing (Services for IT and Telecommunications) DFARS 252.239-7010 Cloud Computing Services (Services for IT and Telecommunications) DFARS 252.243-7001 Pricing of Contract Modifications (FFP) AFFARS 5352.201-9101 Ombudsman - Mr. Timothy Inman (timothy.inman@us.af.mil) AFFARS 5352.223-9001 Health and Safety on a Government Installation FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not 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 an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (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 an 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; and (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) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) ) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, ( e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Exhibit/Attachment Table of Contents: DOCUMENT TYPE DESCRIPTION PAGES DATE Exhibit A CDRLs A001 & A002: Contractor's Standard Operating Procedures & Accident/Incident Report 2 26-July-2018 Attachment 1 Performance Work Statement 5 01-Aug-2018 Attachment 2 Appendix C 11 24-July-2018
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8571-19-Q-4A101/listing.html)
- Place of Performance
- Address: Robins Air Force Base, Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN05134586-W 20181027/181025230654-794cf9f6259d092b81f1dbd46d82010a (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 |