Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2020 SAM #6728
SOLICITATION NOTICE

49 -- Control Panel for Store Systems Tester, F-16 Spec.

Notice Date
4/29/2020 12:17:19 PM
 
Notice Type
Presolicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
FA8212 AFSC PZABA HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FA8212-20-R-0020
 
Response Due
5/16/2020 4:00:00 PM
 
Archive Date
05/31/2020
 
Point of Contact
Mark Clifton, Phone: 8017775972
 
E-Mail Address
mark.clifton.3@us.af.mil
(mark.clifton.3@us.af.mil)
 
Description
This is a Pre-solicitation synopsis notice in accordance with FAR 5.201. This is not a Request for Proposal or an invitation for bid (IFB), nor is it construed as a commitment by the government. This synopsis is prepared in accordance with guidance found in FAR 5.207 and is for the purpose of notifying potential offeror's of an upcoming solicitation. The USAF intends to release a solicitation on or about 17 May 2020 for replenishment spares of the Control panel for the F-16 Store Systems Tester: P/N 8502534P1. Qualification Requirements: See FAR Part 52.209-1 Qualification Requirements. The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development Small Business Office or the point of contact listed on this notice. As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant government engineering activity. Any capability statement will need to demonstrate to the government engineer how the source can manufacture/supply this item while maintaining the quality of the part that meets or exceeds the government requirements. See attached Qualification Requirements. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and are cited in each individual solicitation. **The following Line Item Number(s): is/are not SPECIFIC but for INFORMATIONAL PURPOSES ONLY** Line Item: 0001 Control panel for the Store Systems Tester. The RCU (Remote Control Unit) enables the user to operate the F-16 SST Tester remotely. NSN: 4920015555319WF P/N: 8502534P1 QTY/UI: 58 ea. FOB: Origin Delivery: 58 units on 02 NOV 2020. Early delivery acceptable. Line Item: 0002 Counterfeit Protection Plan QTY/UI: 1 LO FOB: origin Delivery: Deliver IAW DD 1423-1. Early delivery is acceptable Anticipated award date: 12 Jun 2020 Payment terms are Net 30 days after government acceptance in Wide Area Workflow (WAWF). All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at https://www.dfas.mil/contractorsvendors/irapt/wawf/training. Payment information may be accessed using the DFAS website at https://www.dfas.mil/contractorsvendors.html. The purchase order/contract number or invoice will be required to inquire status of payment. Electronic procedures will be used for the solicitation. All current and/or future information about this acquisition, i.e. solicitation, Attachments, Amendments, Questions and Answers (Q&A's), etc., will be distributed through beta.SAM.gov, therefore, interested parties are responsible for monitoring this site to ensure they have the most-up-to-date information about this acquisition. All correspondence sent via e-mail shall contain a subject line that reads the synopsis/solicitation number and title of requirement. Note that e-mail filters at Hill AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if this information is not included in the subject line, the e-mail may not get through the e-mail filters. Also, be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Hill AFB. If sending attachments with e-mail, ensure only .PDF, .doc, .docx, or .xls documents are sent. The e-mail filter may delete any other form of attachments. All offerors wishing to be considered must be currently registered with System for Award Management (SAM) at www.beta.SAM.gov or www.sam.gov ***EXPORT CONTROL DATA*** This acquisition involves technology that has a military or space application- OFFERORS ARE REQUIRED TO BE ""EXPORT CONTROL CERTIFIED"" in order to view drawings, Technical Orders, Specifications, etc. for this solicitation. Only DoD Contractors who have a current DD Form 2345 are authorized to have access to applicable drawings/technical orders/specifications. OMBUDSMAN (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) The Competition Advocate (CA) at each contracting activity/office shall act as the ombudsman and attempt to resolve contractor complaints If resolution cannot be made by the contracting officer, the interested party may contact the HILL AFB ombudsman, Lisette LeDuc at 801 777 -6549 , FAX 801 777 -6830 , email Lisette.leduc@us.af.mil 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. Each activity is responsible for developing procedures for executing the duties and responsibilities. (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 Office.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f37096f697cd4e758d75fd8575696537/view)
 
Place of Performance
Address: Hill AFB, UT, USA
Country: USA
 
Record
SN05639867-F 20200501/200429230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.