Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

53 -- LEAD ANODES FOR PLATING IDIQ

Notice Date
6/29/2020 7:59:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
FA8500 AFSC PK PZ ROBINS AFB GA 31098-1813 USA
 
ZIP Code
31098-1813
 
Solicitation Number
FA8224-20-Q-0042
 
Response Due
7/6/2020 2:00:00 PM
 
Archive Date
07/21/2020
 
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)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation � Lead Anode IDIQ � 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: FA8224-20-Q-0042 This solicitation is issued as a Request For Quote (RFQ). � This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2020-06. � Contracting Officer's Business Size Selection Small Business Set Aside NAICS Code 332999 Small Business Size Standard 750 Employees CLIN Description 0001 Design of Lead Anodes for Plating 0002 Build Lead Anodes for Plating 0003 Shipping of Lead Anodes Quote for the Hourly Rate to Design the Anode, and the Hourly Rate to Manufacture/ Build the Anode per CLIN 0001 and 0002.� The quote should be Firm Fixed Price for all CLINS � Description of� item(s) to be acquired: � The purpose of this requirement is for the design and fabrication of conforming anodes to be used in plating operations at 309 CMXG at Hill Air Force Base. The contractor shall engineer, provide drawings, and manufacture anodes. All labor, and fabrication material shall be included in the general scope of this effort. The contractor shall provide engineering drawings to the Government for approval before fabrication of the anodes. The requirements will be provided at the task order level. Design services and manufacturing services will be competed and awarded under two (2) separate task orders. � Fabrication of anodes to be used in AMS 2460 and MIL-STD-1501 chrome plating operations at Hill AFB, UT. � The Government reserves the right to make this acquisition a Multiple Award Contract. � All interested Contractors must provide a DD 2345 if they wish to have pictures/deawings provided to them prior to award. The pictures/drawings are examples of what can be expected to be designed and manufactured.� Information regarding DD2345�s can be found at: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx� � �Delivery and place: � PoP: 5 Years After Date of Contract FOB Destination delivery terms shall apply to all orders. � The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT,�7 July�2020, via electronic mail to costadena.bournakis@us.af.mil Provide Cage code when submitting offer � 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 52.202-1������������� Definitions 52.203-3������������� Gratuities 52.203-17����������� Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-7������������� System for Award Management 52.204-10����������� Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.209-6������������� Protecting the Government�s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 ������������ Information Regarding Responsibility Matters 52.209-10����������� Prohibition on Contracting with Inverted Domestic Corporations 52.216-18����������� Ordering 52.216-19����������� Order Limitations 52.216-22����������� Indefinite Quantity 52.219-28����������� Post-Award Small Business Program Representation 52.222-3�� ���������� Convict Labor 52.222-17 ���������� Nondisplacement of Qualified Workers 52.222-21 ���������� Prohibition of Segregated Facilities 52.222-26 ���������� Equal Opportunity 52.222-35����������� Equal Opportunity for Veterans ������������� 52.222-36 ���������� Equal Opportunity for Workers with Disabilities ������������� 52.222-37 ���������� Employment Reports on Veterans ������������� 52.222-41 ���������� Service Contract Labor Standards ������������� 52.222-42 ���������� Statement of Equivalent Rates for Federal Hires ������������� 52.222-44 ���������� Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment ������������� 52.222-54 ���������� Employment Eligibility Verification. ������������� 52.222-55 ���� ������ Minimum Wages Under Executive Order 13658 ������������� 52.222-62����������� Paid Sick Leave Under Executive Order 13706 ������������� 52.222-50����������� Combating Trafficking in Persons ������������� 52.223-5 ������������ Pollution Prevention and Right-to-Know Information ������������� 52.223-10 ���������� Waste Reduction Program. 52.223-18 ���������� Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13����������� Restrictions on Certain Foreign Purchases 52.229-3 ������������ Federal, State, and Local Taxes. 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 52.233-2 ������������ Service of Protest 52.233-3������������� Protest After Award 52.233-4������������� Applicable Law for Breach of Contract 52.242-13����������� Bankruptcy 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 252.204-7012����� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015����� Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004����� Subcontracting with Firms that are Owned or Controlled by the Government of Another Country that is a State Sponsor of Terrorism 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 252.243-7002����� Requests for Equitable Adjustment. 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, Mrs. Jonna Hancey AFMC OL_PZC 801-777-6549, Jonna.hancey@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) � 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, 3 June, 2020. Offers are due by 1500 MT, 7 July, 2020, via electronic mail to costadena.bournakis@us.af.mil. ������������������������������������������������������ For additional information regarding the solicitation or to obtain the drawings, contact Dena Bournakis at costadena.bournakis@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil. �(Note: Due to the file size, the drawings will be sent to each offeror upon request via DoD SAFE) � 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/browse/index/far Attachments: Statement of Work (SOW) CDRL A001 DD 2345 Questions and Answers
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d6a375b6d8074034b2694f8465d5ca68/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN05706547-F 20200701/200629230156 (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  © 1994-2020, Loren Data Corp.