Federal Bid

Last Updated on 29 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

MBFI SIB

Solicitation ID FA822418Q6302
Posted Date 29 Aug 2018 at 8 PM
Archive Date 29 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc / Afsc / Afnwc - Hill Afb
Agency Department Of Defense
Location United states
 

This is a commercial Sole Source combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, and FAR Part 13 Simplified Acquisition Procedures (SAP) as supplemented with additional information included in this notice under the authority of FAR 13.106-1(b)(1)(i).  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.  The North American Classification System (NAICS) code is 334418. The small business size standard is 750.

The Government intends to solicit and negotiate a Firm Fixed Price (FFP) purchase order for:

•1)   11 Multiplex Bus Fault Isolator (MBFI) Serial Interface Bus (SIB) test equipment to satisfy the needs of the F-22 maintainers throughout the world.

Mountain Tech Sales and Assembly Part Number 98747-965852-10 with controller card.

This is not a request for competitive quotes, all responsible sources may submit a capability statement and quotation.  Offers from firms other than Mountain Tech Sales and Assembly will only be considered when it can be determined prior to award that the items being offered will meet the Government's requirement.  Award will not be delayed pending technical acceptability determination.

This is a purchase of MBFI test equipment in support of the F-22.  This item is a component of a higher level testing assembly required by F-22 maintainers world-wide.  The customer requirement and ultimate deployment preclude the use of current Air Force inventory.  Spares and or reconditioned units are not acceptable for this supply buy.  The SIB must be built by an approved manufacturing facility.

Unless otherwise specified, the delivered SIBs shall meet or exceed the performance characteristics described in the "Performance Specifications" of the Statement of Work (SOW).

INSPECTION AND ACCEPTANCE CRITERIA
Deliveries will be DOA and will be inspected upon arrival by the Government.

Ship to: Robert Hawkins, (801) 586-0190, [email protected]

520 SMXS

Robert Hawkins

7278 4th St Bldg 100 Bay O

Hill AFB UT  84056-5410

REQUIRED SUBMISSIONS

All vendors shall submit the following: 

1) A Firm Fixed Price (FFP) quotation including all required items (all or nothing) 

2) Cage Code, DUNS Number, delivery timeframe after receipt of order 

3) This is a Combined Synopsis/Solicitation for hardware as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

 Offeror shall list exception(s) and rationale for the exception(s)

PROVISIONS AND CLAUSES

This solicitation document and incorporated provisions and clauses are those in effect through Fedreal Acquisition Circular (2005-95).

The following provisions apply to this acquisition:
52.212-1          Instructions to Offerors - Commercial;
52.212-2          Evaluation-Commercial Items;
52.212-3          Offeror Representations and Certifications - Commercial Items.

52.203-3          Gratuities

52.203-6 Alt I  Restrictions On Subcontractor Sales To The Government (Sep 2006) - - Alternate I

52.203-18        Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation

52.203-19        Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-4          Printed or Copied Double-=Sided on Recycled Paper

52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards.

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

52.209-6                      Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

52.209-9          Updates of Publicly Available Information Regarding Responsibility Matters

52.209-10        Prohibition on Contracting with Inverted Domestic Corporations

52.211-6          Brand Name or Equal.

52.212-1          Instructions to Offerors - - Commercial Items

52.212-4          Contract Terms and Conditions - - Commercial Items

52.219-4          Notice of Price Evaluation Preference for HUBZone Small Business Concerns

52.219-9          Small Business Subcontracting Plan (Deviation 2016-O0009)

52.219-16        Liquidated Damages-Subcontracting Plan

52.219-28        Post-Award Small Business Program Rerepresentation

52.222-19        Child Labor - - Cooperation with Authorities and Remedies

52.223-18        Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13        Restrictions on Certain Foreign Purchases

52.225-25        Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications

52.232-39        Unenforceabilityof Unauthorized Obligations

52.232-40        Providing Accelerated Payments to Small Business Subcontractors

52.242-5          Payments to Small Business Subcontractors

52.245-1          Government Property

52.245-9          Use and Charges

52.246-17        Warranty of Supplies of a Non- complex Nature

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

252.203-7005  Representation Relating to Compensation of Former DoD Officials

252.204-7003  Control Of Government Personnel Work Product

252.204-7006  Billing Instructions

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

252.205-7000  Provision of Information to Cooperative Agreement Holders

252.209-7004  Subcontracting With Firms That are Owned or Controlled By The Government of a Terrorist Country

252.211-7003  Item Unique Identification And Valuation

252.211-7007  Reporting of Government Furnished Property

252.213-7000  Notice to Prospective Suppliers on Use of Past Performance Information Retrieval                            System-Statistical Reporting in Past Performance Evaluations

252.215-7008  Only One Offer

252.219-7003  Small Business Subcontracting Plan (DOD Contracts). (Deviation 2016-O0009)

252.219-7004  Small Business Subcontracting Plan (Test Program)

252.222-7007  Representation Regarding Combating Trafficking in Persons

252.223-7008  Prohibition of Hexavalent Chromium

252.225-7012  Preference for Certain Domestic Commodities

252.225-7048  Export-Controlled Items

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

252.226-7001  Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native                                   Hawaiian Small Business Concerns

252.232-7010  Levies on Contract Payments

252.239-7009  Representation of Use of Cloud Computing

252.239-7010  Cloud Computing Services

252.243-7001  Pricing Of Contract Modifications

252.243-7002  Requests for Equitable Adjustment

252.244-7000  Subcontracts for Commercial Items

252.245-7001  Tagging, Labeling, and Marking of Government-Furnished Property

252.245-7002  Reporting Loss of Government Property

242.245-7003  Contractor Property Management System Administration

252.245-7004  Reporting, Reutilization, and Disposal

252.247-7023  Transportation of Supplies by sea

 

In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. If paragraph (j) of the provision applies, a written submission is required;

 The following clauses apply to this acquisition:

52.212-4          Contract Terms and Conditions-Commercial Items;
52.212-5          (deviation) Contract Terms and Conditions Required to Implement Statutes or                               Executive Orders-Commercial Items including subparagraphs;
52.247-34        F.O.B. Destination;
52.252-2          Clauses Incorporated By Reference; 
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; and
252.232-7006 Wide Area Workflow Payment Instructions

All current and/or future information about this acquisition, i.e. amendments, purchase specification, Questions and Answers (Q&A), etc., will be distributed through FBO; therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.

Any questions concerning this requirement must be submitted in writing via email at least 5 working days prior to the closing date.  Questions need to be emailed directly to [email protected] with a CC copy to Andrea Bean, [email protected] in accordance with FAR Clause 52.212-3, Offer Representations and Certifications - Commercial Items.  It is manadatory that all offers wishing to be considered for award must be currently registered, obtain a DUNS number, have an "active" Cage Code, and maintain Online Representations and Certifications Application with System for Award Management (SAM) at www.sam.gov. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror.

Proposal shall be submitted by 1200 PM MST on 14 Sep 2018 to [email protected] with a CC copy to Andrea Bean, [email protected].

 

The offeror shall ensure the Contracting point of contact acknowledges receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED.

All current and/or future information about this acquisition, i.e, amendments, purchase specification, and Q &A's will be distributed through FBO. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.
Bid Protests Not Available

Similar Past Bids

Location Unknown 14 Feb 2017 at 9 PM
Location Unknown 08 Oct 2015 at 2 PM
Location Unknown 01 Sep 2016 at 1 PM
Location Unknown 16 Oct 2014 at 8 PM
Location Unknown 22 Jan 2015 at 9 PM

Similar Opportunities

Philadelphia Pennsylvania 11 Jul 2025 at 4 AM
Columbus Ohio 15 Jul 2025 at 4 AM