SOLICITATION NOTICE
J -- MMC Chassis Tester Maintenance
- Notice Date
- 12/4/2020 8:47:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- FA8227 AFMC OL H PZIMB HILL AFB UT 84056-5805 USA
- ZIP Code
- 84056-5805
- Solicitation Number
- FA822721QMMC1
- Response Due
- 12/29/2020 2:00:00 PM
- Archive Date
- 01/13/2021
- Point of Contact
- Nick Padgett, Phone: 801-777-2807
- E-Mail Address
-
david.padgett@us.af.mil
(david.padgett@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation� � MMC Chassis Preventative Maintenance� (i)�� �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.� (ii)�� �Solicitation Number: FA8227-21-Q-MMC1 This solicitation is issued as a Request For Quotation (RFQ).� (iii)�� �This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2021-02. (iv)�� � Contracting Officer's Business Size Selection�� �Small Business Set Aside NAICS Code�� �811219 Small Business Size Standard�� �$22,000,000.00 (v)�� � CLIN�� �Nomenclature�� �UI�� �QTY 0001-AA�� �MMC Chassis Quarterly Maintenance � Basic Year (including travel)�� �EA�� �4 1001-AA�� �MMC Chassis Quarterly Maintenance � Option Year 1 (including travel)�� �EA�� �4 2001-AA�� �MMC Chassis Quarterly Maintenance � Option Year 2 (including travel)�� �EA�� �4 3001-AA�� �MMC Chassis Quarterly Maintenance � Option Year 3 (including travel)�� �EA�� �4 4001-AA�� �MMC Chassis Quarterly Maintenance � Option Year 4 (including travel)�� �EA�� �4 0002-AA�� �Data (CDRLs) � NOT SEPARATELY PRICED � Basic Year�� �LO�� �1 1002-AA�� �Data (CDRLs) � NOT SEPARATELY PRICED � Option Year 1�� �LO�� �1 2002-AA�� �Data (CDRLs) � NOT SEPARATELY PRICED � Option Year 2�� �LO�� �1 3002-AA�� �Data (CDRLs) � NOT SEPARATELY PRICED � Option Year 3�� �LO�� �1 4002-AA�� �Data (CDRLs) � NOT SEPARATELY PRICED � Option Year 4�� �LO�� �1 (vi)�� �Description of �item(s) to be acquired: The 523rd Electronics Maintenance Squadron has a requirement to provide quarterly Preventative Maintenance (PM), telephone and on-site support, and software support for the MMC. The contractor shall provide all management, tools, supplies, equipment and labor necessary to maintain the MMC in accordance with (IAW) Original Equipment Manufacturer (OEM) standards. (vii)�� �Period of Performance and place: ��� �Estimated PoP � 22 Mar 2021 - 21 Mar 2026 ��� �Place of Performance: Hill Air Force Base, Utah ��� �FOB Destination delivery terms shall apply to all orders. (viii)�� � �The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are �� � due by 1500 MT, 29 December 2020, via electronic mail to david.padgett@us.af.mil a.�� �Provide Cage code when submitting offer (ix)�� �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)�� �Technically Acceptable with the ability to comply with the PWS a.�� �Provide examples of MMC Chassis Tester Preventitive Mainteance or similar work (company�s work history) (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 proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). The contract 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 agreement 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. (x)�� �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. (xi)�� �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. 52.204-21 �� �Basic Safeguarding of Covered Contractor Information Systems 52.204-22 �� �Alternative Line Item Proposal 52.209-10 �� �Prohibition on Contracting with Inverted Domestic Corporations. 52.217-9�� � �� �Option to Extend the Term of the Contract 52.222-3 �� �Convict Labor 52.222-19 �� �Child Labor---Cooperation with Authorities and Remedies. 52.222-21 �� �Prohibition of Segregated Facilities. 52.222-26 �� �Equal Opportunity. 52.222-36 �� �Equal Opportunity for Workers with Disabilities. 52.222-41 �� �Service Contract Labor Standards 52.222-50 �� �Combating Trafficking in Persons. 52.223-18 �� �Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 �� �Restrictions on Certain Foreign Purchases. 52.232-8 �� �Discounts for Prompt Payment. 52.232-11 �� �Extras 52.232-33 �� �Payment by Electronic Funds Transfer�System for Award Management. 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 52.243-1 �� �Changes--Fixed Price 52.247-34 �� �F.o.b. Destination. 52.249-1 �� �Termination for Convenience of the Government (Fixed-Price) (Short Form). 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. 252.204-7006 �� �Billing Instructions 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. 252.232-7003�� �Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006�� �Wide Area WorkFlow Payment Instructions. 252.232-7010�� �Levies on Contract Payments. 252.243-7001 �� �Pricing of Contract Modifications.� 252.244-7000 �� �Subcontracts for Commercial Items 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 ombudsman, Ms. Lisette K. LeDuc AFMC OL_PZC 801-777-6549, Lisette.LeDuc@us.af.mil. �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 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.� (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) (xii)�� �Additional Contract Requirement or Terms and Conditions: N/A (xiii)�� �Defense Priorities and Allocations System (DPAS):� N/A (xiv)�� �Proposal Submission Information: All questions or comments must be sent to David �Nick� Padgett by email at david.padgett@us.af.mil, NLT 1500 �MT, 22 December 2020. Offers are due by 1500 MT, 29 December 2020, via electronic mail to david.padgett@us.af.mil.� �� � (xv)�� �For additional information regarding the solicitation, contact Nick Padgett at david.padgett@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil.� Notice to Offerors:� 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: ��� �Performance Work Statement ��� �Contract Data Requirements List A001 and A002 �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4fed192f93574e7a9f724f137dceab5f/view)
- Place of Performance
- Address: Hill AFB, UT 84056, USA
- Zip Code: 84056
- Country: USA
- Zip Code: 84056
- Record
- SN05866856-F 20201206/201204230138 (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 |