Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2020 SAM #6932
SOLICITATION NOTICE

J -- CNC Controller

Notice Date
11/19/2020 9:18:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA8500 AFSC PK PZ ROBINS AFB GA 31098-1813 USA
 
ZIP Code
31098-1813
 
Solicitation Number
FA8227-21-Q-0022
 
Response Due
12/3/2020 2:00:00 PM
 
Archive Date
12/18/2020
 
Point of Contact
Costadena Bournakis, Phone: 8015868593, Hideo Mera, Phone: 8017774626
 
E-Mail Address
costadena.bournakis@us.af.mil, hideo.mera.2@us.af.mil
(costadena.bournakis@us.af.mil, hideo.mera.2@us.af.mil)
 
Description
Combined Synopsis/Solicitation � CNC Controller � This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation Number: FA8227-21-Q-0022 This solicitation is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2021-01. Contracting Officer's Business Size Selection Full and Open Competition NAICS Code 811310 Small Business Size Standard $8,000,000 FSC/PSC J043 CLIN Nomenclature UI QTY 0001 Fanuc 0i-MF CNC Controller Instalation EACH 1 Description of� item(s) to be acquired: This requirement is to provide all management, tools, supplies, equipment, labor, and travel necessary to install one Fanuc 0i-MF Computer Numerical Control (CNC) Control Kit on one G&L PC-50X HBM located in building 511 at Hill Air Force Base (AFB), Utah.� The contractor shall remove the current CNC control system and shall install the Fanuc 0i-MF CNC Control kit, to be provided by the Government.�� Upon work completion, the G&L PC-50X HBM shall be inspected and tested to determine functionality and serviceability In Accordance With (IAW) the latest Original Equipment Manufacturer (OEM) configuration, as required.� The contractor shall notify the Point of Contact (POC) , Engineering Technician,� at a minimum of two (2) weeks prior to the on-site work start date.� Period of Performance and place: Hill Air Force Base, Utah Performance shall be coordinated with the Government Representative (GR) and shall be completed within 30 days After Date of Contract (ADC). FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 3 December, 2020, via electronic mail to costadena.bournakis@us.af.mil Provide Cage code when submitting Bid 52.212-2,� Evaluation -- Commercial Items (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) price; (ii) technical capability of the item(s) offered to meet the Government requirement to provide and install �the requried Fanuc 0i-MF Computer Numerical Control (CNC) Control Kit on one G&L PC-50X HBM, this shall be demonstrated at time of submission with a quote. (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposals will be evaluated for technical acceptability (to be based on the specifications) in order to establish competition.� The next lowest offer will only be evaluated if one of the aforementioned offers is not found technically acceptable (and so on) until competition is established between two offerors. Only one award will be made under this solicitation.� Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).� (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. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) OTHER FAR CLAUSES AND PROVISIONS 52.204-7������������� System for Award Management 52.204-13����������� System for Award Management Maintenance 52.204-16����������� Commercial and Government Entity Code Reporting 52.204-18 ���������� Commercial and Government Entity Code Maintenance 52.204-19����������� Incorporation by Reference of Representations and Certifications 52.204-22����������� Alternative Line Item Proposal 52.204-24����������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25����������� Prohibition on Contrcting for Certain Telecommunication and Video Survelliance Services or Equipment 52.209-10����������� Prohibition on Contracting with Inverted Domestic Corporations 52.219-6������������� Notice of Total Small Business Set-Aside 52.219-28 ���������� Post-Award Small Business Program Representation 52.222-3�� ���������� Convict Labor 52.222-19����������� Child Labor�Cooperation with Authorities and Remedies 52.222-20 ���������� Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 52.222-21 ���������� Prohibition of Segregated Facilities 52.222-26 ���������� Equal Opportunity ������������� 52.222-36 ���������� Equal Opportunity for Workers with Disabilities ������������� 52.222-48����������� Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification 52.222-50����������� Combating Trafficking in Persons 52.223-18 ���������� Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1������������� Buy American - Supplies 52.225-13 ���������� Restrictions on Certain Foreign Purchases 52.232-39����������� Unenforceability of Unauthorized Obligations 52.232-40 ���������� Providing Accelerated Payments to Small Business Subcontractors 52.233-1������������� Disputes 52.233-3 ������������ Protest After Award 52.233-4 ������������ Applicable Law for Breach of Contract Claim 52.247-34 ���������� F.o.b. Destination 52.252-1���� �������� Solicitation Provisions Incorporated by Reference 52.252-2������������� Clauses Incorporated by Reference 52.252-6������������� Authorized Deviations in Clauses 252.203-7000 ���� Requirements Relating to Compensation of Former DoD Officials 252.203-7002����� Requirement to Inform Employees of Whistleblower Rights 252.204-7003����� Control of Government Personnel Work Product 252.204-7004����� Alternate A, System for Award Management 252.204-7008 ���� Compliance with Safeguarding Covered Defense Information Controls 252.204-7011����� Alternative Line Item Structure 252.204-7012����� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015����� Notice of Authorized Disclosure of Information for Litigation Support 252.232-7009����� Mandatory Payment by Governmentwide Commercial Purchase Card. 252.232-7010 ���� Levies on Contract Payments 252.243-7001 ���� Pricing of Contract Modifications 252.244-7000 ���� Subcontracts for Commercial Item 5352.223-9000��� Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101��� 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 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 OMBC A-76 competition performance decisions).� (c)�If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Lisette K. Leduc; Hill Ombudsman/Competition Advocate; lisette.leduc@us.af.mil; 801-777-6549; OL_H AFSC/PZC. �Concerns,�issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) Additional Contract Requirement or Terms and Conditions: N/A Defense Priorities and Allocations System (DPAS): N/A Proposal Submission Information: All questions or comments must be sent to Dena Bournakis by email at costadena.bournakis@us.af.mil, NLT 1500 MT, 9 Nov, 2020. Offers are due by 1500 MT, 3 Dec, 2020, via electronic mail to costadena.bournakis@us.af.mil. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date.� In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation incorporates one or more clauses and/or 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. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/ Attachments: CNC Controller Performance Work Statement (PWS) CDRL A001 CDRL A002 CDRL A003 CDRL A004
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8388d24dcdf94f7f891ceecaffcca356/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN05856843-F 20201121/201119230224 (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.