Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOLICITATION NOTICE

56 -- Radio Frequency (RF) Shielded Door replacement

Notice Date
9/11/2020 2:10:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
FA9302 AFTC PZIE EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930220Q0020
 
Response Due
9/16/2020 5:00:00 PM
 
Archive Date
10/01/2020
 
Point of Contact
John Walker, Phone: 6612771829, Falilou T. Diouck, Phone: 6612778454
 
E-Mail Address
john.walker.68@us.af.mil, falilou.diouck@us.af.mil
(john.walker.68@us.af.mil, falilou.diouck@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA9302-20-Q-0020 **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. This solicitation contains (4) options to be priced individually to include FOB Destination and labor. One or more options will be chosen as it fits with in the budget of the government. For each option please provide labor rate. �Return attachment (2) option price sheet filled out. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation.� Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.� Submit only written offers; oral offers will not be accepted. 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 2020-06. (iv) THIS REQUIREMENT WILL BE: Small Business Set Aside Only. The North American Industry Classification System (NAICS) number for this acquisition is 332321 with a size standard of 750 employees. (v) CLIN Nomenclature CLIN 0001 � TBD � Will be determined by the option selected (vi) Description of items to be acquired: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement for the removal of existing Radar Frequency Shielded Doors and replacement with new doors in accordance with the attached performance work statement (PWS). The SOW dated 10 September 2020 (Attachment 1) defines the specifications and the acceptability criteria. (vii) Delivery Date: TBD, Quote packages SHALL include estimated lead/installation times and testing lead times along with a projection for completion. Government Furnished Property (GFP) is not being authorized for this requirement. FOB: DESTINATION � EDWARDS AFB, CA* Ship to: 412 EWG 30 Hoglan Ave Edwards AFB, CA 93524 *Any/all delivery charges must be included in the quote for FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at Air Force FAR Site, https://www.acquisition.gov/content/regulations ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: DUNS Numbers: TIN Number: CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Point of Contact and Phone Number: Email address: FOB (destination or origin): Warranty (if applicable) Date Offer Expires (ix) �The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. ADDENDUM to 52.212-2, Evaluation � Commercial Items. The Government will award a firm fixed priced 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 Government intends to award without discussions. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (Your quote package, MUST include spec sheets/information brochures for the RF Shielded doors quoted in package. Information should clearly show and demonstrate your company�s ability to meet the stated requirements of section �(iv) Description of Items to be acquired. �Each option will be separately priced and labor rate will be broken down on attachment 2. Failure to provide enough information, specifically doors ability to meet RF Shield requirements noted in SOW Attachment 1 will result in a determination of quote being unresponsive to the solicitation.) (ii) Price; This will be awarded to the Lowest Price Technically Acceptable Offeror.� In order to be found technically acceptable the quote must demonstrate the contractor�s ability to meet the requirements of the PWS. In addition, the Program Manager will evaluate quotes to determine technical acceptability.� It is a pass/fail basis.� If a quote fails, it will be determined to be not technically acceptable.� Quotes will be looked at from the lowest price.� All offers will be evaluated on their proposed Total Price.� If the initial lowest price is found to be technically acceptable, award will be made to that vendor.� Only one award will be made under this solicitation. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 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: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 89(a)(1)(A) of Pub. L. 115-232). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 52.222-50, Combating Trafficking in Persons (JAN 2019)� (22 U.S.C. chapter 78 and E.O. 13627). 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.223-20, Aerosols (Jun 2016) (E.O. 13693). 52.223-21, Foams (Jun 2016) (E.O. 13696). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via https://www.acquisition.gov/content/regulations CLAUSES INCORPORATED BY FULL TEXT DFARS 252.232-70006 Wide Area Workflow Payment Instructions (Dec 2018) (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. �Payment request� and �receiving report� are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (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.sam.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 shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): �(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. ____________________________________________________________ COMBO INVOICE (Invoice + Receiving Report) �(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. ____________________________________________________________ �(iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. �(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 � F03000 Issue By DoDAAC � FA9302 Admin DoDAAC** � FA9302 Inspect By DoDAAC � F1S0AX Ship To Code � F1S0AX Ship From Code � N/A Mark For Code � FA9302-20-P-XXXX Service Approver (DoDAAC) � N/A Service Acceptor (DoDAAC) �N/A Accept at Other DoDAAC �N/A LPO DoDAAC �N/A DCAA Auditor DoDAAC �N/A Other DoDAAC(s) �N/A �(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (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. _________________________________________________________________ Techical POC: Stacey Perry, stacey.perry@us.af.mil Financial POC: Edgar Cantu, email: edgar.cantu@us.af.mil Contract Specialist: John Walker email: john.walker.68@us.af.mil� Contract Officer: Falilou, Diouck email: falilou.diouck@us.af.mil � (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause) AFFARS Clauses Incorporated by Full Text 5352.201-9101 AFTC Edwards Ombudsman 10/1/2019 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. 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, (Primary) Col Christopher J. Spinelli 1 S Rosamond Blvd Edwards AFB CA 93524 COMM: (661) 277-2810 christopher.spinelli.3@us.af.mil (Alternate) Ms. Karen Zang 10 South Seller Bldg 2800 Edwards AFB CA 93524 COMM: (661) 277-2006 FAX: (661) 275-7805 karen.zang@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. The ombudsman has no authority to render a decision that binds the agency. 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) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 10/1/2019 (a) Contractors shall not: Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32- 7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause) 5352.223-9001 Health and Safety on Government Installations 10/1/2019 (a) In performing work under this contract on a Government installation, the contractor shall: Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations 10/1/2019 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. 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, valid vehicle insurance certificate, and > to obtain a vehicle pass. 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. When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with > citing the appropriate paragraphs as applicable. 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. Failure to comply with these requirements may result in withholding of final payment. (End of clause) (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: Offers are due by 16 September 2020 at 5:00 PM Pacific Standard Time (PST).� Offers must be sent to John Walker at John.walker.68@us.af.mil and Falilou Diouck at falilou.diouck@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.� QUESTIONS REGARDING THIS SOLICITATION ARE DUE �14 September 2020 on or before 12:00 AM Pacific Standard Time (PST). (xvi) For additional information regarding this solicitation contact: Primary Point of Contact: John Walker, Contract Specialist John.walker.68@us.af.mil Phone: 6612771829 Secondary Point of Contact: Falilou Diouck Contracting Officer falilou.diouck@us.af.mil Phone: 661277-8454 �Attachments: Statement of Work (SOW) dated 10 September 2020 Option price sheet. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Wage Determination 2015-5613 Rev 15 dated 6-13-2020
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fd1819e93347496ab92f332eb45bc57e/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN05795063-F 20200913/200911230152 (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.