COMBINED SYNOPSIS/SOLICITATION 'COMBO':
Foam for F-22 Bomb Rack Storage Cases
(i) This is a combined synopsis/solicitation for 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 FA5000-15-T-0115 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 2005-82, effective 08 Jun 2015. The DFARS provisions and clauses are those in effect to DPN 20150626, effective 26 Jun 2015. The AFFARS provisions and clauses are those in effect to AFAC 2015-0406, effective 06 Apr 2015.
(iv) This requirement is solicited under 100% small business set-aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 326150 with a small business size standard of 500 employees.
(v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.
(vi) The government intends to award a firm-fixed price contract for the following:
See Attachment 1: Pricing Schedule
(vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to:
Joint-Base Elmendorf Richardson, Anchorage Alaska, 99506
(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (April 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:
1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.
2. Specific Instructions: The response shall consist of two (2) separate parts:
a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative.
b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information
3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications in Attachment 1. Price and technical acceptability will be considered.
(ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below:
(a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
(i) Technical acceptability
(ii) Price
(b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor'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. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting all of the following criteria:
Minimum Qualifications: Contractor must be able to provide the products described herein (see Attachment 1).
(e) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
(x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Mar 2015), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), 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 (May 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition:
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
Nov 2014
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
Nov 2014
52.209-10
PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS
May 2012
52.219-6
NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE
Nov 2011
52.219-28
POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION
Jul 2013
52.222-3
CONVICT LABOR
Jun 2003
52.222-19
CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES
Jan 2014
52.222-21
PROHIBITION OF SEGREGATED FACILITIES
Apr 2015
52.222-26
EQUAL OPPORTUNITY
Apr 2007
52.222-50
COMBATING TRAFFICKING IN PERSONS
Mar 2015
52.223-18
ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING
Aug 2011
52.225-13
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES
Jun 2008
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
Dec 2013
52.233-3
PROTEST AFTER AWARD
Aug 1996
52.233-4
APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM
Oct 2004
252.203-7000
REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
Sep 2011
252.203-7005
REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
Nov 2011
252.204-7011
ALTERNATIVE LINE-ITEM STRUCTURE
Sep 2011
252.204-7012
SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION
Nov 2013
252.204-7015
DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS
Feb 2014
252.211-7003
ITEM UNIQUE IDENTIFICATION AND VALUATION
Dec 2013
252.223-7008
PROHIBITION OF HEXAVALENT CHROMIUM
Jun 2013
252.225-7000
BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE BASIC
Nov 2014
252.225-7001
BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM--BASIC
Nov 2014
252.232-7003
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS
Jun 2012
252.232-7006
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
May 2013
252.232-7010
LEVIES ON CONTRACT PAYMENTS
Dec 2006
252.244-7000
SUBCONTRACTS FOR COMMERCIAL ITEMS
Jun 2013
252.247-7023
TRANSPORTATION OF SUPPLIES BY SEA--BASIC
Apr 2014
5352.201-9101
OMBUDSMAN
Nov 2014
(xiii) No additional contract requirements apply to this acquisition.
(xiv) No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition.
(xv) NOTICE TO ALL INTERESTED PARTIES:
Questions shall be submitted to the following personnel:
673d Contracting Squadron/LGCC
Attn: 2Lt Kyle Mesecher, e-mail: kyle.mesecher.1@us.af.mil
Please forward all questions to 1Lt Ryan Fountain at ryan.fountain.1@us.af.mil no later than 13 July 2015 10AM AKDT on. An amendment will be issued providing the Government's answers to any questions received.
Quotes are due no later than 2PM Alaska Daylight Time on 15 July 2015; quotes shall include the following:
a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative.
b. Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information
BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote.
(xvi) Quotations shall be submitted to 2Lt Kyle Mesecher at kyle.mesecher.1@us.af.mil. For information regarding this solicitation, contact the same.
List of Attachments:
•· Attachment 1: Pricing Schedule
Attachment 2: Full Text: 252.203-7998 (1 page), (Feb 2015)
Attachment 3: Full Text: 252.203-7999 (1 page), (Feb 2015)
Attachment 4: Full Text: 252.209-7992 (1 page), (Dec 2014)
Attachment 5: Foam Specifications
Attachment 1: PRICING SCHEDULE FA5000-15-T-0080
LINE ITEM
DESCRIPTION
Quantity
UI
UNIT PRICE
EXTENDED PRICE
0001:
2.2lb density foam for F-22 bomb rack storage cases
Polyethylene 1.4-1.9 in. RC Black Strat Foam
Foam must be cut using a CNC machine to the attached specifications
Must be solid form foam, not layered
96
Ea
0002:
Foam Cutting
1
Ea
0003:
Shipping
1
Ea
TOTAL PRICE:
Vendors may, at their discretion, provide additional time. THIS QUOTE EXPIRES ON: _________________________
Business Size: Small Large Women-Owned Veteran-Owned
Other:__________________________
Delivery Date (Mandatory):
Net Terms (Mandatory):
DUNS:
Printed Name
Title
Signature
Date
NOTE: The individual signing must be a signatory official for this Entity; signature constitutes agreement to all terms/conditions contained within this solicitation.
Attachment 2: Full Text: 252.203-7998 (1 page), (Feb 2015)
252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation. (DEVIATION 2015-O0010)
PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015)
(a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(End of provision)
Attachment 3: Full Text: 252.203-7999 (1 page), (Feb 2015)
252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010)
PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015)
(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.
(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.
(2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.
(End of clause)
Attachment 4: Full Text: 252.209-7992 (1 page), (Dec 2014)
252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations.
REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS
(DEVIATION 2015-OO0005) (DEC 2014)
(a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)
Kyle S. Mesecher, 2Lt, Phone 907-552-4867, Email kyle.mesecher.1@us.af.mil - Ryan P. Fountain, 1Lt, Phone 907-552-7176, Email ryan.fountain.1@us.af.mil