FA8224-18-R-6195 Largest Mirrors for Dome
This is a commercial Single Source solicitation notice combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, and FAR Part 13 Simplified Acquisition Procedures (SAP)as supplemented with additional information included in this notice under the authority of FAR 13.106-1(b)(1)(i). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
•· FA8224-18-R-6195 is issued as request for quotation (RFQ).
•· This is a notice for a sole source quote in accordance with FAR 6.302-1, under North American Classification System (NAICS) code 333314, size standard 500 employees.
The Government intends to solicit and negotiate a Firm Fixed Price (FFP) purchase order for:
Item Number |
Part Number |
Description |
EAT TTTTTTY |
0001 |
Mirror |
63.364 inch W x 43 inch H, 24.329 inch Top x 47.222 diag-1/4" front surface mirror with black backing on back |
12 |
0002 |
Mirror |
54.749 inch W x 40 inch H, 16.361 inch Top x 44.367 diag - 1/4" front surface mirror with black backing on back |
7 |
|
|
|
|
OEM: Technology Providers, Inc. (TPI)
Delivery: FA8716 - 519 SMXS/MXDEC
Attn: Thomas Ross
(801) 586-7144
6137 Wardleigh Rd BLDG 1515 RM 131 Hill AFB, UT 84056-5203
See the attached delivery schedule
FOB: Destination - Deliverables will be inspected and tested upon arrival
Description of requirements: See the attached Purchase Specification
This is not a request for competitive quotes, all responsible sources may submit a capability statement and quotation. Offers from firms will only be considered when it can be determined prior to award that the items being offered will meet the Governments requirement. Award will not be delayed pending technical acceptability determination.
INSPECTION AND ACCEPTANCE CRITERIA
Deliveries will be 30 Days ARO and will be inspected upon arrival by the Government.
Ship to: Thomas Ross, (801) 586-7144, [email protected]
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) This is a Combined Synopsis/Solicitation for Large Mirrors for Dome as defined herein. 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 Federal Acquisition Circular (2005-95).
The following provisions apply to this acquisition:
52.212-1 Instructions to Offerors - Commercial
52.212-3 Offeror Representations and Certifications - Commercial Items
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
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.219-28 Post-Award Small Business Program Representation
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 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.242-5 Payments to Small Business Subcontractors
52.252-2 Clauses Incorporated By Reference
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
252.204-7006 Billing Instructions
252.204-7011 Alternative Line Item Structure
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.225-7048 Export-Controlled Items
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing Of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property
252.245-7002 Reporting Loss of Government Property
242.245-7003 Contractor Property Management System Administration
252.245-7004 Reporting, Reutilization, and Disposal
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:
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 (deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs;
52.247-34 F.O.B. Destination
52.252-2 Clauses Incorporated By Reference
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
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 mandatory 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 1400 PM MST on 31 May 2018 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.
All current and/or future information about this acquisition, i.e., amendments, purchase specification, and Q &A's 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.