Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2022 SAM #7601
SOLICITATION NOTICE

52 -- Advanced Manufacturing

Notice Date
9/20/2022 11:21:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1SEAS2258A001
 
Response Due
9/23/2022 4:00:00 PM
 
Archive Date
10/08/2022
 
Point of Contact
Suzanna Kussman, Jennifer Story
 
E-Mail Address
suzanna.kussman@us.af.mil, jennifer.story@us.af.mil
(suzanna.kussman@us.af.mil, jennifer.story@us.af.mil)
 
Description
??????(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: F1SEAS2258A001 **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. 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 (FAC) 2022-06, DFARS 20220428 and AFFARSs AFAC 2022-0502. (iv)�� �IN ACCORDANCE WITH FAR 13.106-1(b)(1) THE REQUIREMENT IS BRAND NAME, Creaform and Geomagic. The requirement is restricted to Creaform authorized vendors/distributors only. (v)�� �CLIN Nomenclature CLIN�� �Part/Supply�� �QTY CLIN 0001���Creaform HandySCAN BLACK Elite Handheld Laser Scanner System (1) CLIN 0002� Creaform HandySCAN Black Elite Premium Maintenance Upgrade (1)� CLIN 0003��Geomagic Design X Dongle License� (1) CLIN 0004� �Geomagic Control X Pro Dongle License (1)� � � � CLIN 0005� �Geomagic USB Dongle (1) CLIN 0006��Custom Scanning Training � 3 Day (1) CLIN 0007� �Custom Scanning Training � 2 Day (1) (vi)�� �Description of products to be acquired: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement for a portable metrology?grade 3D scanner to meet the needs for accuracy of design, manufacturing, and metrology professionals in the 412th MXG. The purpose of the equipment is to provide 3D scanning and reverse engineering for the ability to fabricate or manufacture (even PMA) an aircraft part. Training for the 3D Scanning equipment will also be required. (vii)�� �Estimated Period of Performance Date: 60 days after receipt of order. (viii)�� �The provision at 52.212-1, Instructions to Offerors � Commercial Items (Nov 2021), applies to this acquisition. �Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/� PROVIDE THE FOLLOWING CONTRATOR INFORMATION WITH YOUR QUOTE a.�� �Solicitation Number b.�� �Unique Entity ID Number c.�� �CAGE Code d.�� �Contractor Name e.�� �Point of Contact and Phone Number f.�� �Email address: g.�� �Technical Description of Items: h.�� �Warranty (if applicable): i.�� �Price and any Discount Terms: j.�� �FOB (destination): k.�� �Date Offer Expires: l.�� �Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications-Commercial Items (May 2022) � or notification that FAR 52.212-3 representation and certification are available on SAM.gov (ix)�� �The provision at 52.212-2, Evaluation - Commercial Items (Nov 2021) applies to this acquisition. ADDENDUM to 52.212-2, Evaluation � Commercial Items (Oct 2014). 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. This will be awarded to the Best Value offeror. Offerors are required to submit their SAM.gov solicitation with enough information for the Government to evaluate the minimum requirements detailed in the RFQ. Award will be made to the quote deemed the Best Value in which competing offerors� past and present performance history will be evaluated as more important than price.� The following factors shall be used to evaluate offers:� 1.�� �Price 2.�� �Technical capability of the item offered to meet the Government requirement. Information should clearly show and demonstrate your company�s ability to meet the stated requirements of section �Description of Product to be acquired� Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.) (x)�� �Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2022), 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 (Nov 2021), 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 (May 2022), applies to this acquisition. All acceptable FAR, DFARS, and AFFARS clauses and provisions are contained in the model contract solicitation. The following clauses cited in FAR 52.212-5 apply to this acquisition: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontracts Awards (Jun 2020) FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed by Kaspersky Lab and Other Covered Entities (Nov 2021) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Equipment (Nov 2021) FAR 52.209-06 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.219-04 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) FAR 52.219-28 Post Award Small Business Program Representation (Sep 2021) FAR 52.222-03 Convict Labor (June 2003) FAR 52.222-19 Child Labor�Cooperation with Authorities and Remedies (Jan 2022) FAR 52.222-21 Prohibition of Segregated Facilities (April 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-36 Equal Opportunity for Worked with Disabilities (June 2020) FAR 52.222-50 Combating Trafficking in Persons (Nov 2021) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) FAR 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) FAR 52.233-03 Protest After Award (Aug 1996) FAR 52.233-04 Applicable Law for Breach of Contract Claim (Oct 2004) (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 http://acquisition.gov. PROVISIONS FAR 52.204-07 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services Representation (Oct 2020)� DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services � Representation (Dec 2019) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services - Representation (May 2021) DFARS 252.225-7000 Buy American Statute�Balance of Payments Program Certificate (Nov 2014) CLAUSES FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)� DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) � DFARS 252.204-7012 Safeguard Covered Defense Information and Cyber Incident Reporting (Dec 2019)� DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)� DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (June 2013) DFARS 252.225-7001 Buy American and Balance of Payments Program (Mar 2022) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on�Fees and Consideration (Apr 2020) DFARS 252.244-7000 Subcontracts for Commercial Items (Jan 2021)� DFARS 252.247-7023 Transportation of Supplies by Sea (Feb 2019) AFFARS 5352.201-9101 Ombudsman (Oct 2019) AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Oct 2019) (xiv)�� �Defense Priorities and Allocation System (DPAS): N/A (xv)�� �Proposal Submission Information: Offers are due to Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, by September 23rd at 4:00 P.M. Pacific Standard Time (PST). All offers are to be sent via email to suzanna.kussman@us.af.mil AND jennifer.story@us.af.mil via electronic email. 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 on September 22nd or before 4:00 P.M. Pacific Standard Time (PST). � (xvi) For additional information regarding this solicitation contact: Primary Point of Contact: Ms. Suzanna Kussman Contract Specialist suzanna.kussman@us.af.mil Secondary Point of Contact Ms. Jennifer Story Contracting Officer jennifer.story@us.af.mil�� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/84b1e39b621a45cab99ead6730536a7d/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06472480-F 20220922/220920230123 (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.