The RFP Database
New business relationships start here

LASERVISION VMM MAINTENANCE & CALIBRATION BLDG 140


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

SOLICITATION F3QCCL8094A102 is issued as a request for quotation (RFQ)
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; quotes are being requested and a written solicitation will not be issued. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) No. F3QCCL8094A102. This solicitation is sole source to Addition Manufacturing Technologies Inc.
SMALL BUSINESS SIZE STANDARD
(a) NAICS: 333517
(a) No. of Employees: 500
(b) Dollars: N/A
REQUIREMENT:
CLIN 0001: The Contractor shall provide all equipment, parts, tools, materials, travel, and personnel to repair the LaserVision Vector Measuring Machine (VMM) WR000391 located in Building 140, at Robins Air Force Base (AFB) for the 402 Commodities Maintenance Group (CMXG); 1 LO
Quotes should reflect pricing for FOB Destination (Robins AFB, GA 31098) and include the cage code, DUNS and taxpayer ID number. Estimated Period of Performance: 04 JUN 18 - 08 JUN 18.
Quotations should be emailed to Amn Isaiah Vinson (isaiah.vinson@us.af.mil) and Tangela Plant (tangela.plant@us.af.mil) no later than 04 May 2018, 5:00p EST. The anticipated award date is 31 May 2018. Please do not request award status prior to this date.
Manufacturer: Addition Manufacturing Technologies Inc.
(formally doing business as Eaton Leonard Robolix, Inc)
1391 Specialty Dr. Vista, CA 92081
POC: Robert Phone: (760) 599-6320
Cage Code: 1XP08
Justification for Sole Source: Addition Manufacturing Technologies (MT), formally known as Eaton Leonard Robolix, is the Original Equipment Manufacturer (OEM) and has proprietary rights to maintenance of the LaserVision VMM. Addition MT therefore has to perform the calibration and maintenance of the LaserVision VMM for the VMM to be certified to operate back to OEM specification. Addition MT is the only known source that can satisfy the service requirements for the Laser Vector Measuring Machine to the OEM specifications.
The following clauses are applicable to subject solicitation. The full text of solicitation provision can be electronically accessed at www.farsite.hill.af.mil.
FAR 52.203-3 Gratuities
FAR 52.204-7 System for Award management (https://www.sam.gov)
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
FAR 52.209-7 Information Regarding Responsibility Matters
FAR 52.212-1 Instructions to Offerors
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders
FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management.
FAR 52.247-34 FOB Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
FAR 52.252-5 Authorized Deviations in Provisions:
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the regulation
(b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is Clauses Incorporated by Reference: fill-in: www.farsite.hill.af.mil
DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials
DFARS 252.203-7003 Agency Office of the Inspector General
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7004 Alternate A, System for Award Management
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7009 Limitations on the Use and Disclosure of Third-Party Contractor Reported Cyber Incident Information
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252-204-7012 Safeguarding 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7013 Limitations on the Use or Disclosure
DFARS 252.211-7003 Item Unique Identification and Valuation
DFARS 252.211-7008 include with 252.211-7003 and requires the contractor to mark major end items
DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System
DFARS 252.225-7001 Buy American Act and Balance of Payments Program
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
(WAWF is the method used by DoD for processing invoices/receiving reports.)
DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.239-7009 Representation of Use of Cloud Computing
DFARS 252.239-7010, Cloud Computing Services
IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.acquisition.gov.
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xii) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xv) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).
Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.
(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).
(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not 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 an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment 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 an 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; and
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
5352.201-9101 OMBUDSMAN (APR 2014)
(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 OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman:
Ms. Kimberly McDonald, AFSC/PZC Division Chief
kimberly.mcdonald@us.af.mil
Phone: (478) 222-1088
Fax: (478) 926-0088
Address: 295 Byron St, Robins AFB, GA 31098-1611
Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman 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) 256-2395, 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 provision)
Exhibit/Attachment Table of Contents:
DOCUMENT TYPE
DESCRIPTION
PAGES
DATE
Attachment 1
PWS
5
22 MAR 18
Attachment 2
Appendix C
11
16 FEB 18
Attachment 3
CDRL A001
3
22 MAR 18
Attachment 4
CDRL A002
3
22 MAR 18

Isaiah D. Vinson, Contracting Specialist, Phone 4976163, Email isaiah.vinson@us.af.mil - Tangela Plant, Contracting Officer, Phone 4782221920, Email tangela.plant@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP