Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

49 -- F16 PBR Cold Working Kits

Notice Date
8/14/2020 7:48:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487720QA389
 
Response Due
8/24/2020 9:00:00 AM
 
Archive Date
09/08/2020
 
Point of Contact
Breysi Stephens, Phone: 5202283598, Rachelle L Jenkins, Phone: 5202283095
 
E-Mail Address
breysi.stephens@us.af.mil, rachelle.jenkins.3@us.af.mil
(breysi.stephens@us.af.mil, rachelle.jenkins.3@us.af.mil)
 
Description
COMBO SYNOPSIS - SOLICIATION COLD WORKING KITS (i) This is a combined synopsis/solicitation for BRAND NAME 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. (ii) Solicitation FA4877-20-Q-A389 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 effective 02 July 2020. The DFARS provisions and clauses are those in effect to DPN 20200324 effective 24 March 2020. The AFFARS provisions and clauses are those in effect to AFAC 2019-1001, effective 01 October 2019. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 336413 with a small business size standard of 1250 employees. This requirement is issued as a full and open competition and made available to all interested parties with confirmed ability to deliver the requested BRAND NAME tooling. (v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety OR provide a company quote that includes all requested information and individual line item pricing and return with any other documentation/data to support pricing. Proposed pricing must be inclusive of all applicable shipping charges, taxes and fees. (vi) The government intends to award a firm-fixed price contract for the purchase of BRAND NAME Fatigue Technology cold working kits (tools) as listed under Attachment 2 � F-16 Cold Working Kit � Tool List; as required by F16 Post Block Repair Time Compliance Technical Orders. All requested tools must be expedited delivery to the 309th Aerospace Maintenance and Regeneration Group (AMARG) located on Davis-Monthan Air Force Base, Arizona. Only the requested Brand Name items will be accepted and no other alternatives may be accepted at this time. (vii) Delivery of equipment shall be FOB Destination. The delivery must be coordinated with the designated AMARG point of contact. (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2020) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The pricing quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. System for Award Management Registration. (a) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (b) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (c) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (d) Offerors may obtain information on registration at https://www.sam.gov. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: (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 Acceptability of proposed product meets brand name required in accordance with original manufacturer specifications. This will be a lowest price technically acceptable purchase. The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the Government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Technical Acceptability, at a minimum, is defined as providing equipment that meets original manufacturer specifications for noted part number and ability to meet the expedited delivery. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (x) Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (June 2020) OR confirmation that representations and certifications have been completed in the System for Award Management site www.sam.gov The offer must comply with Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) which prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunication equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. (a) Definitions. As used in this provision� Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� (i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� (i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. (d) Representation. The Offeror represents that� (1)It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and (2)After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� It ? does, ? does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i)For covered equipment� (A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii)For covered services� (A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B)If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i)For covered equipment� (A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii)For covered services� (A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B)If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (DEC 2019) (a) Definitions. As used in this provision, �covered telecommunications equipment or services� has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. (c) Representation. The Offeror represents that it ? does, ? does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (End of provision) (xi) The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders � Commercial Items (July 2020), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xiii) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/vffara.htm Additionally, the following clauses and provisions apply to this acquisition: FAR 52.203-3 Gratuities Apr 1984 FAR 302-12 Limitation On Payments To Influence Certain Federal Transactions Oct 2010 FAR 52.204-7 (P) System for Award Management Oct 2016 FAR 52.204-8 (P) Annual Representation and Certifications Jan 2017 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.204-13 System for Award Management Maintenance Oct 2016 FAR 52.204-16 (P) Commercial and Government Entity Code Reporting Jul 2016 FAR 52.204-17 (P) Ownership or Control of Offeror Jul 2016 FAR 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 FAR 52.204-20 (P) Predecessor of Offeror Jul 2016 FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems Jun 2016 FAR 52.204-22 Alternative Line Item Proposal Jan 2017 FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities Jul 2018 FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment Aug 2020 FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation FAR 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov 2015 FAR 52.209-11 (P) Representation by Corporations Regarding Delinquent Tax Liability or a felony conviction under any federal law Feb 2016 FAR 52.219-8 Utilization of Small Business Concerns Nov 2016 FAR 52.219-28 Post-Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor � Cooperation with Authorities and Remedies Oct 2016 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-35 Equal Opportunity for Veterans Oct 2015 FAR 52.222-36 Affirmative Action for Workers With Disabilities Jul 2014 FAR 52.222-37 Employment Reports on Veterans Feb 2016 FAR 52.222-40 Notification of Employment Rights under the National Labor Relations Act Dec 2010 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.223-6 Drug-Free Workplace Mar 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-5 Trade Agreements Oct 2016 FAR 52.225-6 Trade Agreements Certificate May 2014 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.225-18 (P) Place of Manufacture Mar 2015 FAR 52.232-17 Interest May 2014 FAR 52.232-23 Assignment of Claims May 2014 FAR 52.232-25 Prompt Payment Jan 2017 FAR 52.232-33 Payment by Electronic Funds Transfer � System for Award Management Jul 2013 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-1 Disputes May 2014 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr 1984 FAR 52.242-13 Bankruptcy Jul 1995 FAR 52.244-6 Subcontracts for Commercial Items Jan 2017 FAR 52.247-34 F.O.B. � Destination Nov 1991 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.203-7994 � P Prohibition on Contracting with Entities that require certain internal Confidentiality Agreements � Representation (Deviation 2017-O0001) Nov 2016 DFARS 252.204-7004 Alternate A, System for Award Management Feb 2014 DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct 2016 DFARS 252.204-7011 Omnibus Clause: Alternative Line Item Structure Sep 2011 DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct 2016 DFARS 252.209-7004 Subcontracting with firms that are owned or controlled by the Government of a country that is a state sponsor of terrorism Oct 2015 DFARS 252.211-7008 Item Identification and Valuation Jun 2013 DFARS 252.215-7008 - (P) Only One Offer Oct 2013 DFARS 252.225-7012 Preference for Certain Foreign Purchases Jun 2008 DFARS 252.225-7048 Export Controlled Items Jun 2013 DFARS 252.227-7015 Technical Data � Commercial Items Dec 2011 DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data Jun 2012 DFARS 252.223-7008 Prohibition of Hexavalent Chromium June 2013 DFARS 252.232-7003 Electronic Submission of payment Requests and receiving reports Jun 2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7001 Pricing of Contract Modifications Dec 1991 DFARS 252.243-7002 Request For Equitable Adjustment Dec 2012 DFARS 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS 252.247-7022 Representation of Extent of Transportation by Sea Use Aug 1992 DFARS 252.247-7023 Transportation of Supplies by Sea May 2002 AFFARS 5352.201-9101 Ombudsman Jun 2016 AFFARS 5352.242-9000 Contractor Access To Air Force Installations Nov 2012 (xiv) NOTICE TO ALL INTERESTED PARTIES: Any questions shall be submitted by Tuesday, 18 August 2020 at 10AM Eastern Standard Time to: 355th Contracting Squadron/PK-AMARG, Attn: Rachelle Jenkins, via email at: jenkins.rachelle.3@us.af.mil and Breysi Stephens, via e-mail: breysi.stephens@us.af.mil . An amendment will be issued addressed providing the Government�s answers all questions received. THIS IS A TIME SENSATIVE REQUIREMENT WITH EXPEDITED DELIVERY. Quotes are due no later than NOON Eastern Standard Time on Monday, 24 August 2020; quotes shall include the following: a. Part 1- Price � Submit one (1) copy of price schedule and requested cost & pricing supporting documentation, limited to 10 pages. b. Part 2- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 5 pages confirming ability to provide the specific BRAND NAME tooling c. Part 3- Representations & Certifications (Reps/Certs) � Submit per para (x) above BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable offer. (xv) Quotes shall be submitted to Breysi Stephens via email breysi.stephens@us.af.mil. For information regarding this solicitation, contact Breysi Stephens at (520) 228-3598. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Atch #: Item Description: Page(s): 1 CLIN Pricing Schedule 2 2 F-16 PBR Cold Working Kits � Tool List 1 3 J&A Brand Name_20QA389_Cold Working Kits 3
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b83241a4e874a7ab22c02be39ce9c14/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN05758995-F 20200816/200814230156 (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.