Federal Bid

Last Updated on 06 Oct 2017 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

EROS Mask Overhaul

Solicitation ID F9T1017144AW02
Posted Date 23 Aug 2017 at 5 PM
Archive Date 06 Oct 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nv Uspfo Activity Ok Arng
Agency Department Of Defense
Location United states

Requiring Activity: Oklahoma Air National Guard - Will Rogers Air National Guard Base, 5901 Air Guard Dr, OKC, Oklahoma 73179, United States

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 in this notice. The solicitation number is F9T1017144AW02 and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein. All quotes should be valid for a minimum of 90 days from submission of quotes. This notice serves as the only solicitation; quotes are being requested and a separate written solicitation will not be issued. The associated North American Industrial Classification System (NAICS) code for this procurement is 336413 with a Small Business size standard of 1,250 employees. This requirement is a Small Business set-aside. If no responsible Small Businesses respond to the combined synopsis/solicitation, then the Small Business set-aside will be dissolved and the award will be made through full and open competition.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

Evaluation will be made on the basis of lowest price technically acceptable (LPTA), subject to small business set aside as follows: Any award resulting from this solicitation will be made using a small business set-aside, unless a technically acceptable small business response is not received. If no acceptable offer from a small business concern is received, the small business set-aside shall be withdrawn and the requirement, if still valid, may be made on the basis of full and open competition considering all offers submitted by responsible business concerns, to include large businesses. Vendors are encouraged to quote the name brand cited herein or a technical equivalent pursuant to FAR 52.215. If quoting equivalent product, vendor must submit product information and specifications, which must include adequate detail to evaluate the technical sufficiency of the product offered. Information and specifications for proposed equivalent product must include pictures. Quotes must include shipping costs to destination and not separately priced. Please provide delivery lead times with quotes in the form of projected number of days after award. All questions regarding this solicitation are required to be made in writing No Later than 07 September 2017 1200 pm CST via email to the following: [email protected] and [email protected] with any answers (on a non-attribution basis) posted to FedBizOps (FBO) (https://fbo.gov) web site under this synopsis/solicitation as an amendment NLT 14 September 2017 1200 pm CST. This document will be contained under the title of "Questions and Answers". Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply.

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 associated with the submission of quotes.

Statement of Work:  

Prospective contractor must be a Federal Aviation Administration (FAA) authorized repair center who is able to repair/overhaul the EROS MLD20-506 Oxygen masks, conforming to the Original Equipment Manufacturers (OEMs) specifications, drawings, Service Bulletins, and performance requirements.

Overhaul includes overhaul of the regulator assembly and the replacement of additional
parts as necessary (i.e., Harness Assy., Microphone Assy., Hose Supply Assy., and Mask Assy.), as well as testing to meet OEM functional specifications.  Overhaul zeros the component Time Since Overhaul (TSO). 

The prospective contractor is responsible for all necessary functions to perform the
services requested. This includes, but is not limited to, required tooling, manuals, test
equipment, parts, material, engineering services, management, maintenance,
preservation, packaging, shipping, etc., to repair/overhaul the oxygen masks.
The prospective contractors responsibilities to 137 SOSS consist of
ensuring that the significant component history corresponds with the component, and that all OEM Service Bulletins and USAF TCTOs remain incorporated upon
completion of work.

CLIN 0001: EROS MLD20-506 Oxygen Mask Testing/Overhaul of regulator assembly with return of mask once testing/overhaul complete. Testing to OEM functional specifications. Overhaul zeros the component Time Since Overhaul (TSO). Price to be denoted as per mask.

CLIN 0002: Indefinite Delivery/Indefinite Quantity - Parts listing for repair which will be on an as needed basis with prior approval from the Contracting Officer prior to repair.  Example parts i.e. Harness Assembly, Microphone Assembly, Hose Supply Assembly, and Maks Assembly.  This list is not all encompassing.  Detailed parts list to be provided by vendor in RFQ. 

Provisions and Clauses IBR:

 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements

52.204-16, Commercial and Government Entity Code Reporting

52.204-22, Alternative Line Item Proposal

52.211-6 Brand Name or Equal

52.212-1, Instructions to Offerors - Commercial Items

52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items

52.219-6, Notice of Total Small Business Set-Aside

52.222-50, Combatting Trafficking in Persons

252.203-7005, Representation Relating to Compensation of Former DoD Officials

252.204-7011, Alternative Line Item Structure

252.213-7000, Notice to Prospective Supplies on the Use of Pat Performance Information Retrieval System

- Statistical Reporting in Past Performance Evaluations

252.225-7031, Secondary Arab Boycott of Israel

252.225-7035 Alt V, Buy American - Free Trade Agreement - Balance of Payments Program Certificate

52.233-2, Service of Protest

252.215-7008, Only One Offer

252.222-7007, Representation Regarding Combating Trafficking in Persons

252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism

252.247-7022, Representation of Extent of Transportation by Sea Provisions and Clauses in Full Text:

52.212-1

Instructions to Offerors -- Commercial Items (Jan 2017)

(a) North American Industry Classification System (NAICS) code and smallThe NAICS code and small business size standard

business size standard.

for this acquisition appear in Block 10 of the solicitation cover sheet (SF

1449). However, the small business size standard for a concern which

submits an offer in its own name, but which proposes to furnish an item which

it did not itself manufacture, is 500 employees.

(b) Submission of offers. Submit signed and dated offers to the office

specified in this solicitation at or before the exact time specified in this

solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or

as otherwise specified in the solicitation. As a minimum, offers must show --

(1)

The solicitation number;

(2) The time specified in the solicitation for receipt of offers;

(3) The name, address, and telephone number of the offeror;

(4) A technical description of the items being offered in sufficient detail

to evaluate compliance with the requirements in the solicitation. This

may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

(7) "Remit to" address, if different than mailing address;

(8) A completed copy of the representations and certifications at FAR

52.212-3 (see FAR 52.212-3(b) for those representations and

certifications that the offeror shall complete electronically);

(9) Acknowledgment of Solicitation Amendments;

(10) Past performance information, when included as an evaluation

factor, to include recent and relevant contracts for the same or similar

items and other references (including contract numbers, points of

contact with telephone numbers and other relevant information); and

(11) If the offer is not submitted on the SF 1449, include a statement

specifying the extent of agreement with all terms, conditions, and

provisions included in the solicitation. Offers that fail to furnish required

representations or information, or reject the terms and conditions of

the solicitation may be excluded from consideration.

(c) Period for acceptance of offers. The offeror agrees to hold the prices in its

offer firm for 30 calendar days from the date specified for receipt of offers,

unless another time period is specified in an addendum to the solicitation.

(d) Product samples. When required by the solicitation, product samples shall

be submitted at or prior to the time specified for receipt of offers. Unless

otherwise specified in this solicitation, these samples shall be submitted at no

expense to the Government, and returned at the sender's request and

expense, unless they are destroyed during preaward testing.

(e) Multiple offers. Offerors are encouraged to submit multiple offers

presenting alternative terms and conditions, including alternative line items

(provided that the alternative line items are consistent with subpart 4.10 of the

Federal Acquisition Regulation), or alternative commercial items for satisfying

the requirements of this solicitation. Each offer submitted will be evaluated

separately.

(f) Late submissions, modifications, revisions, and withdrawals of offers.

(1) Offerors are responsible for submitting offers, and any

modifications, revisions, or withdrawals, so as to reach the

Government office designated in the solicitation by the time specified

in the solicitation. If no time is specified in the solicitation, the time for

receipt is 4:30 p.m., local time, for the designated Government office

on the date that offers or revisions are due.

(2)

(i)

Any offer, modification, revision, or withdrawal of an offer

received at the Government office designated in the solicitation

after the exact time specified for receipt of offers is "late" and

will not be considered unless it is received before award is

made, the Contracting Officer determines that accepting the late

offer would not unduly delay the acquisition; and-

(A) If it was transmitted through an electronic commerce

method authorized by the solicitation, it was received at

the initial point of entry to the Government infrastructure

not later than 5:00 p.m. one working day prior to the date

specified for receipt of offers; or

(B) There is acceptable evidence to establish that it was

received at the Government installation designated for

receipt of offers and was under the Government's control

prior to the time set for receipt of offers; or

(C) If this solicitation is a request for proposals, it was the

only proposal received.

(ii) However, a late modification of an otherwise successful

offer, that makes its terms more favorable to the Government,

will be considered at any time it is received and may be

accepted.

(3)

Acceptable evidence to establish the time of receipt at the

Government installation includes the time/date stamp of that

installation on the offer wrapper, other documentary evidence of

receipt maintained by the installation, or oral testimony or statements

of Government personnel.

(4) If an emergency or unanticipated event interrupts normal

Government processes so that offers cannot be received at the

Government office designated for receipt of offers by the exact time

specified in the solicitation, and urgent Government requirements

preclude amendment of the solicitation or other notice of an extension

of the closing date, the time specified for receipt of offers will be

deemed to be extended to the same time of day specified in the

solicitation on the first work day on which normal Government

processes resume.

(5) Offers may be withdrawn by written notice received at any time

before the exact time set for receipt of offers. Oral offers in response to

oral solicitations may be withdrawn orally. If the solicitation authorizes

facsimile offers, offers may be withdrawn via facsimile received at any

time before

the exact time set for receipt of offers, subject to the

conditions specified in the solicitation concerning facsimile offers. An

offer may be withdrawn in person by an offeror or its authorized

representative if, before the exact time set for receipt of offers, the

identity of the person requesting withdrawal is established and the

person signs a receipt for the offer.

(g) Contract award (not applicable to Invitation for Bids). The Government

intends to evaluate offers and award a contract without discussions with

offerors. Therefore, the offeror's initial offer should contain the offeror'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. The Government may reject any or all

offers if such action is in the public interest; accept other than the lowest

offer; and waive informalities and minor irregularities in offers received.

(h) Multiple awards. The Government may accept any item or group of items

of an offer, unless the offeror qualifies the offer by specific limitations. Unless

otherwise provided in the Schedule, offers may not be submitted for

quantities less than those specified. The Government reserves the right to

make an award on any item for a quantity less than the quantity offered, at

the unit prices offered, unless the offeror specifies otherwise in the offer.

(i) Availability of requirements documents cited in the solicitation.

(1)

(i) The GSA Index of Federal Specifications, Standards and

Commercial Item Descriptions, FPMR Part 101-29, and copies of

specifications, standards, and commercial item descriptions cited in

this solicitation may be obtained for a fee by submitting a request to--

GSA Federal Supply Service Specifications

Section

Suite 8100

470 L'Enfant Plaza, SW

Washington, DC 20407

Telephone (202) 619-8925)

Facsimile (202 619-8978).

(ii) If the General Services Administration, Department of

Agriculture, or Department of Veterans Affairs issued this

solicitation, a single copy of specifications, standards, and

commercial item descriptions cited in this solicitation may be

obtained free of charge by submitting a request to the

addressee in paragraph (i)(1)(i) of this provision. Additional

copies will be issued for a fee.

(2) Most unclassified Defense specifications and standards may be

downloaded from the following ASSIST websites--

 (i)

ASSIST (https://assist.dla.mil/online/start/ ).

(ii) Quick Search (http://quicksearch.dla.mil/).

(iii) ASSISTdocs.com (http://assistdocs.com).

(3) Documents not available from ASSIST may be ordered from the

Department of Defense Single Stock Point (DoDSSP) by-

(i) Using the ASSIST Shopping Wizard

( https://assist.dla.mil/wizard/index.cfm );

(ii) Phoning the DoDSSP Customer Service Desk (215) 697-

2179, Mon-Fri, 0730 to 1600 EST; or

(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins

Avenue, Philadelphia, PA 19111-5094, Telephone (215)

697/2197, Facsimile (215) 697-1462.

(4) Nongovernment (voluntary) standards must be obtained

from the

organization responsible for their preparation, publication, or

maintenance.

(j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers

of $3,500 or less if the solicitation requires the Contractor to be registered in

the System for Award Management (SAM) database.) The Offeror shall enter,

in the block with its name and address on the cover page of its offer, the

annotation "Unique Entity Identifier" followed by the unique entity identifier

that identifies the Offeror's name and address. The Offeror also shall enter its

Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is

a four-character suffix to the unique entity identifier. The suffix is assigned at

the discretion of the Offeror to establish additional SAM records for identifying

alternative EFT accounts (see subpart 32.11) for the same entity. If the

Offeror does not have a unique entity identifier, it should contact the entity

designated at www.sam.gov for unique entity identifier establishment directly

to obtain one. The Offeror should indicate that it is an offeror for a

Government contract when contacting the entity designated at www.sam.gov

for establishing the unique entity identifier.

(k) System for Award Management. Unless exempted by an addendum to

this solicitation, by submission of an offer, the offeror acknowledges the

requirement that a prospective awardee shall be registered in the SAM

database prior to award, during performance and through final payment of

any contract resulting from this solicitation. If the Offeror does not become

registered in the SAM database in the time prescribed by the Contracting

Officer, the Contracting Officer will proceed to award to the next otherwise

successful registered Offeror. Offerors may obtain information on registration

and annual confirmation requirements via the SAM database accessed

through https://www.acquisition.gov.

(l) Debriefing. If a post-award debriefing is given to requesting offerors, the

Government shall disclose the following information, if applicable:

(1) The agency's evaluation of the significant weak or deficient factors

in the debriefed offeror's offer.

(2) The overall evaluated cost or price and technical rating of the

successful and debriefed offeror and past performance information on

the debriefed offeror.

(3) The overall ranking of all offerors, when any ranking was

developed by the agency during source selection.

(4) A summary of rationale for award;

(5) For acquisitions of commercial items, the make and model of the

item to be delivered by the successful offeror.

(6) Reasonable responses to relevant questions posed by the

debriefed offeror as to whether source-selection procedures set forth

in the solicitation, applicable regulations, and other applicable

authorities were followed by the agency.

52.212-3, Alt I

Alternate I

(Oct 2014). As prescribed in 12.301(b)(2), add the following

paragraph (c)(11) to the basic provision:

(11) (Complete if the offeror has represented itself as disadvantaged in

paragraph (c)(4) of this provision.)

[The offeror shall check the category in which its ownership falls]:

____

___ Hispanic American.

___ Native American (American Indians, Eskimos, Aleuts, or Native

Hawaiians).

___ Asian-Pacific American (persons with origins from Burma,

Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China,

Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The

Philippines, Republic of Palau, Republic of the Marshall Islands,

Federated States of Micronesia, the Commonwealth of the Northern

Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga,

Kiribati, Tuvalu, or Nauru).

___ Subcontinent Asian (Asian-Indian) American (persons with origins

from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives

Islands, or Nepal).

___ Individual/concern, other than one of the preceding.

252.225-7035

Black American.

Alternate V.

provision, which uses different paragraphs (a), (b)(2), (c)(2)(i), and (c)(2)(ii)

than the basic provision:

BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS

PROGRAM CERTIFICATE-ALTERNATE V (NOV 2014)

(a) Definitions. "Bahrainian end product," "commercially available off-the

-shelf (COTS) item," "component," "domestic end product," "Free Trade

Agreement country," "Free Trade Agreement country end product," "foreign

end product," "Korean end product," "Moroccan end product," "Panamanian

end product," "Peruvian end product," "qualifying country end product,"

"South Caucasus/Central and South Asian (SC/CASA) state end product,"

and "United States," as used in this provision, have the meanings given in the

Buy American Act-Free Trade Agreements-Balance of Payments Program-

Alternate V clause of this solicitation.

(b) Evaluation. The Government-

(1) Will evaluate offers in accordance with the policies and

procedures of part 225 of the Defense Federal Acquisition Regulation

Supplement; and

(2) For line items subject to the Buy American-Free Trade

Agreements-Balance of Payments Program-Alternate V clause of this

solicitation, will evaluate offers of qualifying country end products, SC/CASA

state end products, or Free Trade Agreement end products other than

Bahrainian end products, Korean end products, Moroccan end products,

Panamanian end products, or Peruvian end products without regard to the

restrictions of the Buy American statute or the Balance of Payments Program.

(c) Certifications and identification of country of origin.

(1) For all line items subject to the Buy American-Free Trade

Agreements-Balance of Payments Program-Alternate V clause of this

solicitation, the offeror certifies that-

(i) Each end product, except the end products listed in

paragraph (c)(2) of this provision, is a domestic end product; and

(ii) Components of unknown origin are considered to have been

mined, produced,

As prescribed in 225.1101(9) and (9)(vi), use the following

provision, which uses different paragraphs (a), (b)(2), (c)(2)(i), and (c)(2)(ii)

than the basic provision:

BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS

PROGRAM CERTIFICATE-ALTERNATE V (NOV 2014)

(a) Definitions. "Bahrainian end product," "commercially available off-the

-shelf (COTS) item," "component," "domestic end product," "Free Trade

Agreement country," "Free Trade Agreement country end product," "foreign

end product," "Korean end product," "Moroccan end product," "Panamanian

end product," "Peruvian end product," "qualifying country end product,"

"South Caucasus/Central and South Asian (SC/CASA) state end product,"

and "United States," as used in this provision, have the meanings given in the

Buy American Act-Free Trade Agreements-Balance of Payments Program-

Alternate V clause of this solicitation.

(b) Evaluation. The Government-

(1) Will evaluate offers in accordance with the policies and

procedures of part 225 of the Defense Federal Acquisition Regulation

Supplement; and

(2)

For line items subject to the Buy American-Free Trade

Agreements-Balance of Payments Program-Alternate V clause of this

solicitation, will evaluate offers of qualifying country end products, SC/CASA

state end products, or Free Trade Agreement end products other than

Bahrainian end products, Korean end products, Moroccan end products,

Panamanian end products, or Peruvian end products without regard to the

restrictions of the Buy American statute or the Balance of Payments Program.

(c) Certifications and identification of country of origin.

 

(1) For all line items subject to the Buy American-Free Trade

Agreements-Balance of Payments Program-Alternate V clause of this

solicitation, the offeror certifies that-

(i) Each end product, except the end products listed in

paragraph (c)(2) of this provision, is a domestic end product; and

(ii) Components of unknown origin are considered to have been

mined, produced,

or manufactured outside the United States or a qualifying

country.

(2) The offeror shall identify all end products that are not domestic

end products.

(i) The offeror certifies that the following supplies are qualifying

country (except Australian or Canadian) or SC/CASA state end products:

(Line Item Number) (Country of Origin)

(ii) The offeror certifies that the following supplies are Free

Trade Agreement country end products other than Bahrainian end products,

Korean end products, Moroccan end products, Panamanian end products, or

Peruvian end products:

(Line Item Number) (Country of Origin)

(iii)

The offeror certifies that the following supplies are Free

Trade Agreement country end products other than Bahrainian end products,

Korean end products, Moroccan end products, Panamanian end products, or

Peruvian end products:

(Line Item Number) (Country of Origin)

(iii) The following supplies are other foreign end products,

including end products manufactured in the United States that do not qualify

as domestic end products, i.e., an end product that is not a COTS item and

does not meet the component test in paragraph (ii) of the definition of

"domestic end product":

(Line Item Number) (Country of Origin (If known))

(End of provision)

252.247-7022

REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG

1992)

(a) The Offeror shall indicate by checking the appropriate blank in

paragraph (b) of this provision whether transportation of supplies by sea is

anticipated under the resultant contract. The term "supplies" is defined in the

Transportation of Supplies by Sea clause of this solicitation.

(b) Representation. The Offeror represents that it-

_____ Does anticipate that supplies will be transported by sea in the

performance of any contract or subcontract resulting from this solicitation.

_____ Does not anticipate that supplies will be transported by sea in

the performance of any contract or subcontract resulting from this solicitation.

(c) Any contract resulting from this solicitation will include the

Transportation of Supplies by Sea clause. If the Offeror represents that it will

not use ocean transportation, the resulting contract will also include the

Defense FAR Supplement clause at 252.247-7024, Notification of

Transportation of Supplies by Sea.

52.233-2

Service of Protest (Sep 2006)

 

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with

an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall

be served on the Contracting Officer (addressed as follows) by obtaining written and dated

acknowledgment of receipt from _Christine Walker, MSgt 5901 Air Guard Dr, OKC, OK 73179 _______.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest

with the GAO.

(End of Provision)

End of Provisions and Clauses

Bid Protests Not Available

Similar Past Bids

Location Unknown 13 Jul 2017 at 8 PM
Palmdale California 13 Aug 2020 at 1 PM
Reston Virginia 01 Mar 2023 at 11 PM
Location Unknown 01 Jun 2011 at 7 PM
Location Unknown 24 Feb 2015 at 2 PM

Similar Opportunities