Federal Bid

Last Updated on 09 Feb 2019 at 9 AM
Combined Synopsis/Solicitation
Hill air force base Utah

F-22 MBFI Transport Case

Solicitation ID FA8222419R1352
Posted Date 18 Jan 2019 at 7 PM
Archive Date 09 Feb 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc / Afsc / Afnwc - Hill Afb
Agency Department Of Defense
Location Hill air force base Utah United states 84056

FA8222419R1352      

   F-22 MBFI Transport Case

 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and FAR Part 13 Simplified Acquisition Procedures as supplemented with additional information included in this notice under the authority of 13.106-1. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

·         FA8222419R1352 is issued as a request for quotation (RFQ). 

·         This is a notice for a 100% Small Business Set-Aside, under Norrth American Classification System (NAICS) code 332439, size standard 500 employees.

The Government intends to award a Firm Fixed Price (FFP) purchase order for the items outlined below.  The selection criteria will be based on the Lowest Price Technically Acceptable (LPTA) offer.           

Item Number 

Part Number

Description

QTY

0001-AA

 Injection

Molded case

Injection Molded Case 29x18x14 with custom foam set and labeling for (F-22

Test Kit 1) per drawing SP-9358

 

19

0002-AA

 

 

Injection

Molded Case

 Injection Molded Case 29x18x14 with custom foam set and labeling for (F-22

Test Kit 2) per drawing SP-9359

19

 

 

 

 

 

 

 

 

Delivery:  4-5 weeks ARO

 

Hill AFB

MBFI (ATTN: Jason Johnson or Tom King)

Bldg 100 Bay P room 108

Hill AFB, UT 84056

 

 

 

 

 

  See the attached delivery schedule

 

FOB: Destination Deliverables will be inspected and tested upon arrival

Description of requirements: See the attached Purchase Specification

INSPECTION AND ACCEPTANCE CRITERIA
Delivery will be 4-5 weeks ARO and will be inspected upon arrival by the Government.

Ship to:

Hill AFB

MBFI (ATTN: Jason Johnson or Tom King)

Bldg 100 Bay P room 108

Hill AFB, UT 84056



REQUIRED SUBMISSIONS

All vendors shall submit the following: 

1) A Firm Fixed Price (FFP) quotation including all required items (all or nothing) 

2) Cage Code, DUNS Number, delivery timeframe after receipt of order, 

3). The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

 Offeror shall list exception(s) and rationale for the exception(s)

 

 

PROVISIONS AND CLAUSES

This solicitation document and incorporated provisions and clauses are those in effect through Fedreal Acquisition Circular (2005-95).

The following provisions apply to this acquisition:
52.212-1          Instructions to Offerors - Commercial;
52.203-3          Gratuities

52.203-6          Restrictions on Subcontractor Sales to the Government (Sep 2006) --Alternate I

52.203-18        Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation

52.203-19        Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-4          Printed or Copied Double-=Sided on Recycled Paper

52.204-6          Unique Entity Identifier

52.204-7          System for Award Management

52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards.

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.

52.204-22        Alternative Line Item Proposal

52.209-6           Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-9          Updates of Publicly Available Information Regarding Responsibility Matters

52.209-10        Prohibition on Contracting with Inverted Domestic Corporations

52.212-4          Contract Terms and Conditions - - Commercial Items

52.219-4          Notice of Price Evaluation Preference for HUBZone Small Business Concerns

52.219-9          Small Business Subcontracting Plan (Deviation 2016-O0009)

52.219-16        Liquidated Damages-Subcontracting Plan

52.219-28        Post-Award Small Business Program Rerepresentation

52.222-19        Child Labor - - Cooperation with Authorities and Remedies

52.223-18        Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13        Restrictions on Certain Foreign Purchases

52.225-25        Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications

52.232-39        Unenforceabilityof Unauthorized Obligations

52.232-40        Providing Accelerated Payments to Small Business Subcontractors

52.242-5          Payments to Small Business Subcontractors

52.245-1          Government Property

52.245-9          Use and Charges

52.246-17        Warranty of Supplies of a Non- complex Nature

252.203-7000  Requirements Relating to Compensation of Former DoD Officials

252.203-7002  Requirement to Inform Employees of Whistleblower Rights

252.203-7005  Representation Relating to Compensation of Former DoD Officials

252.204-7003  Control of Government Personnel Work Product

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

252.205-7000  Provision of Information to Cooperative Agreement Holders

252.209-7004  subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country

252.211-7003  Item Unique Identification and Valuation

252.213-7000  Notice to Prospective Suppliers on Use of Past Performance Information Retrieval                        System—Statistical Reporting in Past Performance Evaluations

252.219-7003  Small Business Subcontracting Plan (DOD Contracts). (Deviation 2016-O0009)

252.219-7004  Small Business Subcontracting Plan (Test Program)

252.222-7007  Representation Regarding Combating Trafficking in Persons

252.223-7008  Prohibition of Hexavalent Chromium

252.225-7012  Preference for Certain Domestic Commodities

252.225-7048  Export-Controlled Items

252.225-7050  Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism

252.226-7001  Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and NativeHawaiian Small Business Concerns

252.232-7010  Levies on Contract Payments

252.239-7009  Representation of Use of Cloud Computing

252.239-7010  Cloud Computing Services

252.243-7001  Pricing Of Contract Modifications

252.243-7002  Requests for Equitable Adjustment

252.244-7000  Subcontracts for Commercial Items

 

In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. If paragraph (j) of the provision applies, a written submission is required;

 The following clauses apply to this acquisition:

(16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d) (2) and (3).

(25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).

(27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

(29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

(30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).

(31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

(32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O.

13496).

(33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627).

(44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).

(48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).

(51) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

(57) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C.

3332).

 



All current and/or future information about this acquisition, i.e. amendments, purchase specification, Questions and Answers (Q&A), etc., will be distributed through FBO, therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.

Any questions concerning this requirement must be submitted in writing via email at least 5 working days prior to the closing date.  Questions need to be emailed too directly to [email protected] with a CC copy to David Lovett, [email protected]. in accordance with FAR Clause 52.212-3, Offer Representations and Certifications - Commercial Items.  It is manadatory that all offers wishing to be considered for award must be currently registered, obtain a DUNS number, have an “active” Cage Code, and maintain Online Representations and Certifications Application with System for Award Management (SAM) at www.sam.gov. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror.

Proposal shall be submitted by 3:00 PM MST on 25 January 2019 to [email protected]with a CC copy to David Lovett, [email protected].

 

The offeror shall ensure the Contracting point of contact acknowledges receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor’s responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED.

Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Jun 2018 at 4 PM
Location Unknown 17 May 2018 at 2 PM
Location Unknown 19 Sep 2018 at 11 PM
Location Unknown 13 Jun 2018 at 2 PM

Similar Opportunities