The RFP Database
New business relationships start here

Blanket Purchase Agreement (BPA) for C-17 HARD ANODIZE SERVICES


Utah, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation
» Blanket Purchase Agreement (BPA) for C-17 HARD ANODIZE SERVICES «

(i) 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.


(ii) Solicitation Number: FA8224-19-Q-A024
This solicitation is issued as a Request For Quotation (RFQ).


(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2019-05.


(iv)
Contracting Officer's Business Size Selection Small Business Set Aside
NAICS Code 332813
Small Business Size Standard 500 employees


(v) Description of item(s) to be acquired:


The Contractor shall provide all labor, supplies, tooling, equipment, and certifications required to perform Hard Anodize stripping in accordance with (IAW) Douglas Process Standards (DPS) 9.301 and reapplication of hard anodize in accordance with DPS 11.04. The services shall be performed at the contractor's facility in support of the 309th Commodities Maintenance Group (309 CMXG) located at Hill Air Force Base (AFB), Utah
(vi) Period of Performance and place:


• Performance of service will be at the contractor's facility.
• FOB Destination delivery terms shall apply to all orders.
• EST. 8 Jan. 2020 - 7 Jan. 2025


(vii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 24 September, 2019, via electronic mail to costadena.bournakis@us.af.mil
a. Provide Cage code when submitting offer
b. All offerors must submit a completed copy of the attached "C-17 Price List." The copy must be submitted in an editable MS Excel format.


(viii) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.


(ix) 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.


(x) 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


52.204-7 System for Award Management
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
52.204-22 Alternative Line Item Proposal
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-1 Buy American - Supplies
52.225-13 Restrictions on Certain Foreign Purchases
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-1 Disputes
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
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
252.204-7011 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
252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card.
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Item
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 Center ombudsmen, Ms. Jonna Hancey AFMC OL_H/PZC 801-777-6549, jonna.hancey@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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)


(xi) Additional Contract Requirement or Terms and Conditions:


Blanket Purchase Agreement Details:


(1) Description of agreement.


Orders will not exceed a limit of $25,000.00 and will utilize the Government Purchase Card (GPC) as payment. The agreement will be for a period of five years following execution of the agreement, and price lists will be updated annually.


(2) The Government is obligated only to the extent of authorized purchases actually made under the BPA.


(3) Purchase limitation. A dollar limitation of $25,000 for each individual purchase under the BPA shall apply


(4) A memorandum identifying the individuals authorized to purchase under the BPA and the dollar limitation per purchase for each individual shall be furnished to the supplier by the contracting officer.


(5) Delivery tickets. All shipments under the agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information:


(i) Name of supplier.
(ii) BPA number.
(iii) Date of purchase.
(iv) Purchase number.
(v) Itemized list of supplies or services furnished.
(vi) Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information).
(vii) Date of delivery or shipment.


(6) Invoices. A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets.


(xii) Defense Priorities and Allocations System (DPAS):
N/A


(xiii) Proposal Submission Information:
All questions or comments must be sent to Dena Bournakis by email at costadena.bournakis@us.af.mil, NLT 1500 MT, 12 Sept, 2019. Offers are due by 1500 MT, 24 Sept, 2019, via electronic mail to costadena.bournakis@us.af.mil.


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):


http://farsite.hill.af.mil


Attachments:
• C-17 PWS
• CDRL A001
• CDRL A002
• CDRL A003
• Price List


Costadena Bournakis, Contract Specialist, Phone 8015868593, Email costadena.bournakis@us.af.mil - Hideo J Mera, Contracting Officer, Phone 801-777-4626, Email hideo.mera.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP