MODIFICATION
56 -- Inlet Duct Additive Manufacturing
- Notice Date
- 8/30/2023 5:21:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- FA2487 AFTC PZZD (EGLIN) EGLIN AFB FL 32542-6886 USA
- ZIP Code
- 32542-6886
- Solicitation Number
- FA248723FB007
- Response Due
- 9/22/2023 10:00:00 AM
- Archive Date
- 10/07/2023
- Point of Contact
- Tracy Anderson, Victoria Combs
- E-Mail Address
-
tracy.anderson.4@us.af.mil, victoria.combs@us.af.mil
(tracy.anderson.4@us.af.mil, victoria.combs@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commodities prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. This is a competitive Request for Proposal (RFP) and the solicitation number for this requirement is FA2487-23-R-B007. The USAF, Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), 96th Test Wing, AFSEO, Eglin AFB, Florida requires project management support and engineering services to additively manufacture AFSEO designed 18% scale F-35 model inlet ducts based on the provided Statement of Work (SOW) dated 17 August 2023 and CAD Model Drawing and Fabrication Request (Provided via DoDSAFE Upon Request). The material of choice is aluminum alloy. Engineering services will include post processing, tensile testing, and inspection of the printed parts. Once 3D printed to the required technical specifications, the manufactured parts will be used as part of an overall 18% scale F-35A/B/C wind tunnel model. This acquisition is under FAR Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and FAR Part 13.5 Simplified Acquisition Procedures for Certain Commercial Items, as supplemented. This procurement will be conducted as a 100% Small Business set- aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. QUESTIONS TO POSTING REQUIRED BY: 12:00 P.M. (CST) ON Tuesday, 12 September 2023. Answers will be posted by COB 15 September 2023. PROPOSAL DEADLINE: 12:00 P.M. (CST) ON Friday, 22 September 2023. Proposals should remain valid thru 30 November 2023.� The North American Industry Classification System code (NAICS) is 332999, All Other Miscellaneous Fabricated Metal Product Manufacturing, with a size standard of 750 persons. Please identify your business size in your response based upon this standard. A firm fixed price contract will be awarded. There will be no advance payments. The Offeror agrees to hold the prices in its offer firm for at least 60 calendar days from the date specified for receipt of offers. The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER. REQUIREMENT: Inlet Duct Additive Manufacturing CLIN 0001 FIRM-FIXED PRICE Inlet Duct Fabrication and Delivery The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer�s opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b) Offerors must submit quotations for all items listed.� Partial offers will not be considered for award. In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.� This may include product literature, or other documents, if necessary. QUESTIONS TO POSTING REQUIRED BY: 12:00 P.M. (CST) ON Tuesday, 12 September 2023.� Answers will be posted by COB 15 September 2023. Direct all questions concerning this requirement to Tracy Anderson, Contract Officer at tracy.anderson.4@us.af.mil and Victoria Combs, Contract Specialist at victoria.combs@us.af.mil. KEY RESPONSES ARE DUE NO LATER THAN 12:00 P.M. (CST) ON Friday, 22 September 2023.� Proposals should remain valid through 30 November 2023. Direct all questions concerning this requirement to Tracy Anderson, Contract Officer at tracy.anderson.4@us.af.mil and Victoria Combs, Contract Specialist at victoria.combs@us.af.mil.� Attachments: 1. Statement of Work (SOW) dated 17 August 2023 2. Clauses and Provisions dated 30 August 2023
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dbdb442988674acc9548cdc02e4da345/view)
- Record
- SN06812204-F 20230901/230830230048 (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 |