Solicitation FA8751-18-Q-0515 is issued as a request for quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20180824. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as total small business set-aside under NAICS code 334515 and small business size standard of 750 employees.
The contractor shall provide all items identified in the List of Required Items (Attachment 2) on a BRAND NAME ONLY, firm fixed price basis including the cost of shipping FOB Destination. Only Brand Name will be accepted. (Attachment 1)
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
The anticipated delivery date is 7 weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY .
The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3PM, (Eastern Time) 14 SEPTEMBER 2018. Submit to: AFRL/RIKO, Attn: Leslie Christoferson, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to [email protected]. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.
(b)(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.
(b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. UII/UID Labels are required for those items highlighted in YELLOW in the List of Required Items (Attachment 2).
(g) Contract award. 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.
(k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.
The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) price and (ii) past performance
The Government intends to award to the lowest priced offeror with no negative past performance. In determining acceptable past performance AFRL/RIKO will independently obtain data from other government and commercial sources in order to consider an offeror's history of compliance with delivery schedules, order support, and general customer satisfaction.
Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate I.
For your convenience all referenced certifications are attached to this solicitation. (Attachment 3)
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Re-representation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
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
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment By Electronic Funds Transfer-System For Award Management
The following additional FAR and FAR Supplement provisions and clauses also apply:
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
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.247-34, FOB Destination
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
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
252.211-7003, Item Identification and Valuation
Para. (c)(1)(i): N/A
Para. (c)(1)(ii): N/A
Para. (c)(1)(iii): N/A
Para. (c)(1)(iv): N/A
Para. (f)(2)(iii): N/A
252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate.
252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program
252.225-7048 Export-Controlled Items
252.227-7015, Technical Data--Commercial Items
252.227-7037, Validation of Restrictive Markings on Technical Data)
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
252.244-7000, Subcontracts for Commercial Items
252.246-7008, Source of Electronic Parts
252.247-7023, Transportation of Supplies by Sea - Basic
252.247-7024, Notification of Transportation of Supplies by Sea
5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ms Lisette K. LeDuc, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: [email protected]. Alternate Ombudsman: Ms Kimberly L. Yoder, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-255-4967, email: [email protected]
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.
Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below:
For proposed Line Item Numbers with a unit price ≥ $5,000, Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels.
UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification.
(A)LABEL:
If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #.
If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #.
Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein.
The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort.
All responsible organizations may submit a quote, which shall be considered.