The RFP Database
New business relationships start here

ICT 1500 Trigger Card Repair BPA


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
» ICT 1500 Trigger Card Repair «

(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-ICT3
This solicitation is issued as a Request For Quote (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    811219
Small Business Size Standard    $22,000,000.00



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


This requirement is to provide the 709th Maintenance Support Group (MXSG) Nondestructive Inspection (NDI) Engineering Section at Hill Air Force Base with a Blanket Purchase Agreement (BPA) for repair services as needed for the Industrial Computed Tomography (ICT) 1500 trigger card. The contractor shall receive the non-functioning trigger card from the government, determine what repairs need to be made to return the item to a fully functional state, and attempt to repair it.


(vi)     Delivery and place:


•    PoP: 5 Years After Date of Contract
•    FOB Destination delivery terms shall apply to all orders.


(vii)    The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 19 November 2019, via electronic mail to david.padgett@us.af.mil
a.    Provide Cage code when submitting offer
b.    All offerors must submit a completed copy of the attached "ICT Trigger Card Repair - Price List." The copy must be submitted in an editable MS Excel format.


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


(a) The Government will award a blanket purchase agreement 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 Acceptable with the ability to comply with the statement of work provided within this solicitation package.


(b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The BPA will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). BPAs 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.


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


(x)    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.


(xi)    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
52.202-1    Definitions
52.203-3    Gratuities
52.203-17    Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
52.204-7    System for Award Management
52.204-10    Reporting Executive Compensation and First-Tier Subcontract Awards
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
52.204-21    Basic Safeguarding of Covered Contractor Information Systems
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
52.209-7     Information Regarding Responsibility Matters
52.209-10    Prohibition on Contracting with Inverted Domestic Corporations
52.219-28    Post-Award Small Business Program Representation
52.222-3     Convict Labor
52.222-17     Nondisplacement of Qualified Workers
52.222-21     Prohibition of Segregated Facilities
52.222-26     Equal Opportunity
52.222-35    Equal Opportunity for Veterans
52.222-36         Equal Opportunity for Workers with Disabilities
52.222-37         Employment Reports on Veterans
52.222-41         Service Contract Labor Standards
52.222-42         Statement of Equivalent Rates for Federal Hires
52.222-44         Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment
52.222-54         Employment Eligibility Verification.
52.222-55         Minimum Wages Under Executive Order 13658
52.222-62        Paid Sick Leave Under Executive Order 13706
52.222-50        Combating Trafficking in Persons
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
52.225-13    Restrictions on Certain Foreign Purchases
52.229-3     Federal, State, and Local Taxes.
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
52.233-2     Service of Protest
52.233-3        Protest After Award
52.233-4        Applicable Law for Breach of Contract
52.242-13    Bankruptcy
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
252.204-7012    Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015    Notice of Authorized Disclosure of Information for Litigation Support
252.209-7004    Subcontracting with Firms that are Owned or Controlled by the Government of Another Country that is a State Sponsor of Terrorism
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
252.243-7001     Pricing of Contract Modifications
252.243-7002    Requests for Equitable Adjustment.
252.244-7000     Subcontracts for Commercial Items
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 ombudsman, Mrs. Jonna Hancey AFMC OL_PZC 801-777-6549, Jonna.hancey@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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 clause)


(xii)    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.


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


(xiv)    Proposal Submission Information:
All questions or comments must be sent to David "Nick" Padgett by email at david.padgett@us.af.mil, NLT 1500 MT, 13 October 2019. Offers are due by 1500 MT, 19 October 2019, via electronic mail to david.padgett@us.af.mil.

(xv)    For additional information regarding the solicitation, contact Nick Padgett at david.padgett@us.af.mil or Greg Orlando at gregory.orlando@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:
•    Statement of Work
•    Contract Data Requirements Lists
•    Price List


David N. Padgett, Contract Specialist, Phone 801-777-2807, Email david.padgett@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