Utah Bids > Bid Detail

AMXG F-16 Fall Protection Work Stands Design Build Data Rights

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159333177420225
Posted Date: Dec 5, 2022
Due Date: Dec 27, 2023
Solicitation No: FA8227-23-R-F16FP
Source: https://sam.gov/opp/07d92b46e5...
Follow
AMXG F-16 Fall Protection Work Stands Design Build Data Rights
Active
Contract Opportunity
Notice ID
FA8227-23-R-F16FP
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8227 AFMC OL H PZIMB
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

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: Dec 05, 2022 11:11 am MST
  • Original Published Date: Nov 22, 2022 12:22 pm MST
  • Updated Date Offers Due: Dec 27, 2023 12:00 pm MST
  • Original Date Offers Due: Dec 27, 2023 12:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 11, 2024
  • Original Inactive Date: Jan 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5419 - COLLECTIVE MODULAR SUPPORT SYSTEM
  • NAICS Code:
    • 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing
  • Place of Performance:
    Hill AFB , UT 84056
    USA
Description View Changes

****** Update 12/5/2022********



Solicitation Questions and Responses



Ref SOW 4.3.3.1 – The SOW requires the use of a powder coat process, at our facility we wet paint using a three-part process urethane paint. All components are blasted, primed and gine at least two topcoats. Will this process be acceptable as we can control the quality and timing in house rather than require subbing out to a powder coat company?



No, powder coating is required in accordance with SOW 4.3.3.1.



Ref SOW 4.3.7.2 – This section requires the decking to be fabricated from an extruded aluminum material, is the intent of this paragraph to require a “C” section style/type aluminum plank decking material? And can the product be roll formed or press formed?



An extruded aluminum rectangular-shaped tube where slide-outs can easily move in and out is the intent of this SOW paragraph. However, the government is willing to consider alternate solutions during the design phase of this requirement as long as those solution(s) maximize structural soundness, maximizes the safety of maintainers, lowers maintenance costs, provides for ease of use, etc.



Ref SOW 4.3.9.1.1 – This section requires the sliders to be produced in aluminum, given the relatively high coefficient of friction between aluminum and aluminum and the potential to have reasonably long sliders 36” or more would it be acceptable to produce the slide outs in a light gauge carbon steel suitably finished to protect against corrosion and painted safety yellow?



No, extruded aluminum is required in accordance with SOW 4.3.9.1.1. However, the government is willing to consider alternate solutions during the design phase of this requirement as long as those solution(s) maximize structural soundness, maximizes the safety of maintainers, lowers maintenance costs, provides for ease of use, etc.



Ref ITO 3.1 – When should we request the safe link, as I understand they have an expiration time.



A drop-off link will be sent out to all contractors who have expressed interest within 7 days of the solicitation closing. DoD safe links expire after 7 days. If you would like to submit your proposal earlier than 7 days, email tanner.nielsen@us.af.mil and a link will be sent upon request.



*******End of Update*******





Combined Synopsis/Solicitation





(i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued.





(ii) Solicitation Number: FA8227-23-R-F16FP



This solicitation is issued as a request for quotation (RFQ).





(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2022-08





(iv) Contracting Officer's Business Size Selection: SB set-aside



NAICS Code: 332999



Small Business Size Standard: 750 employees





(v) CLIN 0001 - Design Labor - FFP - EA - 1



CLIN 0002 - Prototype – FFP - EA - 1



CLIN 0003 - Prototype Over and Above – FFP - EA - 1



CLIN 0004 - Technical Data Package (CDRL A008) – FFP - EA - 1



CLIN 0005 - Additional CDRLs – NSP - EA - 1





(vi) Description of item(s) to be acquired:



The contractor shall provide requested products to the 309 AMXG located at Hill AFB, Utah. Please reference the attached document for detailed specifications.





(vii) Dates and Place of Delivery:



Delivery is to be completed within 250 days After Date of Contract (ADC). FOB Destination.





(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1200 MST, 27 December, 2022 via electronic mail to Tanner.Nielsen@us.af.mil





SEE ATTACHED



(ix) 52.212-2: Evaluation -- Commercial Items



SEE ATTACHED



(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.





(xii) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.





(xiii) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014)





OTHER FAR CLAUSES AND PROVISIONS





52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).



52.204-7 System for Award Management



52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note).



52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).



52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).



52.219-8 Utilization of Small Business Concerns (MAY 2014) (15 U.S.C. 637(d)(2) and (3).



52.219-9 Small Business Subcontracting Plan (July 2013) (15 U.S.C. 637(d)(4)).



52.219-14 Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)).



52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003)



52.222-19 Child Labor—Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126).



52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999)



52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007)



52.222-35 Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212).



52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).



52.222-37 Employment Reports on Veterans (July 2014) (38 U.S.C. 4212).



52.222-40 Notification of employees rights under the national labor relations act (DEC 2010)



52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513).



52.225-1 Buy American--Supplies (May 2014) (41 U.S.C. chapter 83)



52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).





52.232-33 Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332).



52.233-3 Protest After Award (AUG 1996)



52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).



52.252-2 Clauses incorporated by reference



52.252-6 Authorized Deviations in clauses



252.204-7004 Alternate A, System for Award Management



252.232-7003 Electronic Submission of Payment request and Receiving reports



252.232-7006 Wide Area WorkFlow Payment instructions



5352.201-9101 Ombudsman



(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.





Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.



(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).



(c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Melinda Schmidt; Hill Ombudsman/Competition Advocate; melinda.schmidt@us.af.mil; 801-777-6549; OL_H AFSC/PZC. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431.



(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer



(End of clause)







(xiv) Additional Contract Requirement or Terms and Conditions:



The F-16 SLEP Fall Protection Work Stand design shall become the property of USAF such that Government shall have the unrestricted right to use, modify, reproduce, release, perform, display, or disclose the technical data associated with all designs, drawings, specifications, notes and other works developed and executed in the performance of this contract within and outside the Government as USAF deems necessary to support mission requirements. The final design, or TDP, shall be comprehensive and ensure that the Government can provide the design to third-party manufacturers for fabrication without having to engage in reach back to the contractor for clarifications, changes, updates, or explanations.





(xv) Defense Priorities and Allocations System (DPAS):



N/A





(xvi) Proposal Submission Information:



All questions or comments must be sent to Tanner Nielsen by email at Tanner.Nielsen@us.af.mil, NLT 1500 MST, 13 December, 2022. Offers are due by 1200 MST, 27 December, 2022 via electronic mail to Tanner.Nielsen@us.af.mil.





(xvii) For additional information regarding the solicitation contact Tanner Nielsen at 801-586-2756 or Hideo Mera at (801) 777-4626





Notice to Offerors:



The Government intends to award a Firm Fixed Price contract for this requirement. 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.





Attachment List






  1. F-16 SLEP Stand Design Build SOW_Final

  2. Addendum.Eval.Final

  3. Addendum ITO.Final

  4. Exibit_CDRL.A001.v2

  5. Exibit_CDRL.A002.v2

  6. Exibit_CDRL.A003.v2

  7. Exibit_CDRL.A004.v2

  8. Exibit_CDRL.A005.v2

  9. Exibit_CDRL.A006.v2

  10. Exibit_CDRL.A007.v2

  11. Exibit_CDRL.A008.v3


Attachments/Links
Contact Information
Contracting Office Address
  • CP 801-586-8482 6038 ASPEN AVE BLDG 1289
  • HILL AFB , UT 84056-5805
  • 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 >