The RFP Database
New business relationships start here

Vertical Static Balancers


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
»Vertical Static Balancers«
(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: FA8224-20-Q-0010
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 2019-03.


(iv)
Contracting Officer's Business Size Selection Small Business Set Aside
NAICS Code 333997
Small Business Size Standard 500 employees



(v)
CLIN Nomenclature UI QTY
0001 Two (2) Industrial Vertical Static Balancers Each 2
0002 Equipment Familiarization Each 1
0003 Shipping Each 1


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


The contractor shall provide two (2) Industrial Automated Static Balancers. Both machines shall be meet the product specifications. Period of Performance expectation of 16 weeks ARO for delivery then 15 additional calendar days for run-off testing and acceptance.


(vii) Period of Performance:


Delivery is to be completed within 4 weeks After Date of Contract (ADC). FOB Destination.


(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 7 November, 2019, via electronic mail to costadena.bournakis@us.af.mil
a. Provide Cage code when submitting offer


(ix) 52.212-2, Evaluation -- Commercial Items


(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:


(i) price;
(ii) technically acceptability as specified in the attached purchase specification


 


(b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Evaluated Price (TEP). The contract will be awarded to the company with lowest price offers, which also fully meets all specifications. Only the lowest priced offer will be evaluated for technical acceptability. The next lowest offer will only be evaluated if one of the aforementioned offers is not found technically acceptable (and so on). Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).


(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding agreement without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


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


(xi) 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.


(xii) 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
52.207-4 Economic Purchase Quantities - Supplies
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-17 Delivery of Excess Quantities
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor (IAW FAR 22.202)
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))
52.222-26 Equal Opportunity (IAW FAR 22.810(e)) 52.222-36 Equal Opportunity for Workers with Disabilities 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
52.232-33 Payment by Electronic Funds Transfer-System for Award Management 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 52.243-1 Changes -- Fixed Price
52.247-34 F.o.b. Destination.
52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) 52.252-1 Solicitation Provisions Incorporated by Reference
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
252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (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 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 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments.
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, Mr Kevin Flinders AFMC OL_H/PZC 801-777-6549, kevin.flinders@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) 256-2395, 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 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 Dena Bournakis by email at costadena.bournakis@us.af.mil, NLT 1500 MT, 30 October, 2019. Offers are due by 1500 MT, 7 November, 2019. via electronic mail to costadena.bournakis@us.af.mil .


(xvi) For additional information regarding the solicitation, contact Dena Bournakis at costadena.bournakis@us.af.mil or Hideo Mera at hideo.mera.2@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:
• Product Description- Dated: 21 August, 2019
• Statement of Work (SOW): Dated 21 August, 2019
• CDRLs: A001, A002, A003


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