The RFP Database
New business relationships start here

Rate Table


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

(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. The Government intends to award a sole source, (FFP) firm fixed price, contract to Acutronic. in accordance with FAR 13.501, and FAR 13.106 (b). Interested parties may identify their interest capability by contacting the buyer/contracting officer identified in this solicitation.


(ii) Solicitation Number: FA8224-18-Q-rate
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 2005-96.


Contracting Officer's Business Size Selection Other than full and open
NAICS Code 811219
Small Business Size Standard $20.5 Million
(iv)


 


 


(v)
CLIN Nomenclature UI QTY
0001 Technical/Engineering Services EA 1
0002 Parts and installation LO 1


(vi) Description of item(s) to be acquired:
Please reference the attached document for detailed specifications list of modules to be included.


(vii) Period of Performance and place:
The contractor shall provide requested products to the 309th MXSG located at Hill AFB, Utah.


Questions: (if Necessary)
All questions regarding this solicitation can be sent to David.Padgett@us.af.mil and must be received NLT 5 Mar 2018.


(viii) The provision at 52.212-1, Instructions to Offerors (Jan 2017) -- Commercial, applies to this acquisition. Offers are due by 1300 MST, 7 Mar, 2018 via electronic mail to Hideo
a. Provide Cage code when submitting bid


(ix) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications (Nov 2017) -- Commercial Items, with its offer.


(x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition and a statement regarding any addenda to the clause.


(xi) FAR 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders- Commercial items (Deviation 2013-O0019) (Nov 2017)


(xii)
OTHER FAR CLAUSES AND PROVISIONS


52.204-7 System for Award Management (Oct 2016)
52.204-13 System for Award Management Maintenance (Oct 2016)
52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)
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. (Oct 2015) (31 U.S.C. 6101 note).
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
52.219-28 Post- Award Small Business Program Rerepresentation (Jul 2013)
52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003)
52.222-17 Nondisplacement of Qualified Workers
52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 3126).
52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(Apr 2015)
52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (Sep 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).
52.222-41 Service Contract Labor Standards.
52.222-42 Statement of Equivalent Rates for Federal Hires.
52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)).
52.223-5 Pollution Prevention and Right-to-Know Information
52.223-10 Waste Reduction Program.
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513).
52.223-19 Compliance with Environmental Management Systems.
52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332).
52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-1 Disputes (May 2014)
52.233-2 Service of Protest
52.233-3 Protest After Award (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).
52.237-1 Site Visit
52.237-2 Protection of Government Buildings, Equipment, and Vegetation.
52.244-6 Subcontracts for Commercial Items
52.247-34 F.O.B Destination
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
52.252-2 Clauses incorporated by reference
52.252-5 Authorized Deviations in Provisions (Apr 1984)
52.252-6 Authorized Deviations in clauses
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sept. 2011)
252.203-7002 Requirement to Inform employees of Whistleblower Rights (Sept. 2013)
252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
(Deviation 2017-O0001)
252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
(Deviation 2017-O0001)
252.204-7003 Control of Government Personnel Work Product (Apr 1992)
252.204-7004 Alternate A, System for Award Management (Feb 2014)
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)
252.225-7048 Export-Controlled Items (Jun 2013)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments (Dec 2006)
252.243-7001 Pricing of Contract Modifications.
252.244-7000 Subcontracts for Commercial Items (June 2013)
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
5352.223-9001 Health and Safety on Government Installations


5352.201-9101 Ombudsman (Jun 2016)
(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 L. Hancey AFMC OL_H/PZC 801-777-5399, 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)


(xiii) Additional Contract Requirement or Terms and Conditions:
N/A



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


(xv) Proposal Submission Information:
All questions or comments must be sent to Lyndsay Wilson by email at David.Padgett@us.af.mil, NLT 1300 MST, 5 Mar, 2018. Offers are due by 1300 MST, 7 Mar, 2018 via electronic mail to David.Padgett@us.af.mil.


(xvi) For additional information regarding the solicitation contact David Padgett at 801-777-2807.


Notice to Offerors:
The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event this solicitation is cancelled, the Government has no obligation to reimburse an offeror for any costs.


Hideo Mera, Phone 8017774626, Email Hideo.Mera.2@us.af.mil - David N. Padgett, Contract Specialist, Phone 801-777-2807, Email david.padgett@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP