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 If no acceptable offer from a small business concern is received, the small business set-aside shall be withdrawn and the requirement, if still valid, may be made on the basis of full and open competition considering all offers submitted by responsible business concerns,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 followingprovision, 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