B Series Maintenance Stands

Agency:
State: Arizona
Level of Government: Federal
Category:
  • 17 - Aircraft Launching, Landing, and Ground Handling Equipment
Opps ID: NBD00159412863383602
Posted Date: Jan 9, 2024
Due Date: Jan 23, 2024
Source: Members Only
Follow
B Series Maintenance Stands
Active
Contract Opportunity
Notice ID
FA487724QA139
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR COMBAT COMMAND
Office
FA4877 355 CONS PK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Jan 09, 2024 03:48 pm MST
  • Original Published Date: Jan 09, 2024 03:42 pm MST
  • Updated Date Offers Due: Jan 23, 2024 12:00 pm MST
  • Original Date Offers Due: Jan 23, 2024 12:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 07, 2024
  • Original Inactive Date: Feb 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1730 - AIRCRAFT GROUND SERVICING EQUIPMENT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Tucson , AZ 85707
    USA
Description View Changes

COMBO SYNOPSIS - SOLICITATION



B-Series Maintenance Stands





(i) 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 included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.





(ii)Solicitation FA4877-24-Q-A139 is issued as a Request for Quotation (RFQ).





(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06 effective12/04/2023. The DFARS provisions and clauses are those in effect to DPN 12/22/2023 effective 12/22/2023. The DAFFARS provisions and clauses are those in effect to DAFAC 2023-0707 effective 07/07/2023.





(iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 336413 with a small business size standard of 1250 EMP. This requirement is issued as a 100% small business set-aside.





(v) The government intends to award a firm-fixed price contract for B-Series Maintenance Stands.





(vi) The contractor shall provide the following items/quantities:





CLIN 0001: B-1 Hydraulic Maintenance Platform/Stands PN: 2001098 - Qty 13 E



CLIN 0002: B-2 Hydraulic Maintenance Platform/Stands PN: 2001102 - Qty 8 EA



CLIN 0003: B-4 Hydraulic Maintenance Platform/Stands PN: 2003642 - Qty 17 EA



CLIN 0004: B-5 Hydraulic Maintenance Platform/Stands PN: 2004082 - Qty 12 EA





(vii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Sep 2023) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:





1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The pricing proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.





Technical Acceptability, at a minimum, is defined and referred to within this solicitation document as the offeror’s capability statement to meet the defined salient characteristics of the products identified. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. 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. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.





2. System for Award Management Registration.





(a) Definitions. As used in this provision—





“Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) 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 FAR 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.”





“Registered in the System for Award Management (SAM) database” means that—





(1) The Contractor has entered all mandatory information, including the unique entity identifier and the Electronic Funds Transfer indicator (if applicable), the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14), into SAM;





(2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in SAM;





(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and





(4) The Government has marked the record Active.





(5) 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, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.







(b)The offeror should be prepared to provide the following information:










      1. Company legal business name.














      1. Trade style, doing business, or other name by which your entity is commonly recognized.














      1. Company physical street address, city, state and Zip Code.














      1. Company mailing address, city, state and Zip Code (if separate from physical).














      1. Company telephone number.














      1. Date the company was started.














      1. Number of employees at your location.














      1. Chief executive officer/key manager.














      1. Line of business (industry).














      1. Company Headquarters name and address (reporting relationship within your entity).









(d) 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.





(e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation.





(f) Offerors may obtain information on registration at https://www.acquisition.gov.





(vii) FAR 52.212-2 Evaluation -- Commercial Items (Nov 2021) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:





(a) The Government will award a contract 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:










      1. Price;

      2. Technical capability of providing requested products as outlined in the attached Salient Characteristics.









This will be a best value purchase.





The best value offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the Government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated. 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. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.





(ix) Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (Nov 2023); or confirmation of registration in www.sam.gov with access to complete Reps & Certs.





(x) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Nov 2023), is hereby incorporated by reference, with the same force and effect as if it were given in full text.





(xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (Dec 2023), is hereby incorporated by reference, with the same force and effect as if it were given in full text.





(xii) 52.252-1 -- Solicitation Provisions Incorporated by Reference.





Solicitation Provisions Incorporated by Reference (Feb 1998)





This solicitation incorporates one or more solicitation 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):





www.acquisition.gov





Additionally, the following clauses and provisions apply to this acquisition: PLEASE SEE ATTACHED COMBO SOLICITATION DOCUMENT FOR FULL CLAUSES





(xvi) NOTICE TO ALL INTERESTED PARTIES: Any questions shall be submitted by Friday, 19 Jan 2024 at 10:00AM Pacific Standard Time to: 355th Contracting Squadron/PK-AMARG, Attn: Patricia Murray and Rachelle Jenkins via e-mail at: patricia.murray.6@us.af.mil and rachelle.jenkins.3@us.af.mil. An amendment will be issued providing the Government’s answers to all questions received. Quotes are due no later than NOON Pacific Standard Time on Tuesday, 23 Jan 2024; quotes shall include the following:






  1. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 10 pages.

  2. Part 2- Price – Submit one (1) copy of price schedule, limited to 10 pages. (Vendors may submit a company quote matching line item structure in lieu of completing the price schedule) Vendor quote must include cage code and SAM UEI.

  3. Part 3- Representations And Certifications (Reps/Certs) – Submit IAW para (x) above







BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable offer.





Quotes shall be submitted via email to BOTH - Patricia Murray patricia.murray.6@us.af.mil and Rachelle Jenkins rachelle.jenkins.3@us.af.mil. For information regarding this solicitation, contact Rachelle Jenkins at (520) 228-3598.





CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS





Attch #: Item Description: Page(s):



1 Pricing Schedule 1



2 Salient Characteristics 2






Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
  • DAVIS MONTHAN AFB , AZ 85707-3522
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >