Utah Bids > Bid Detail

ETC-2000 Eddy Current Scanner Maintenance and Calibration

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159851273124183
Posted Date: Feb 15, 2023
Due Date: Mar 3, 2023
Solicitation No: FA822722QEDDY
Source: https://sam.gov/opp/fd50095e21...
Follow
ETC-2000 Eddy Current Scanner Maintenance and Calibration
Active
Contract Opportunity
Notice ID
FA822722QEDDY
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Feb 15, 2023 01:14 pm MST
  • Original Date Offers Due: Mar 03, 2023 03:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:
    Hill AFB , UT 84056
    USA
Description

Combined Synopsis/Solicitation

» ETC-2000 Eddy Current Scanner Maintenance and Calibration «

SOLE SOURCE to UNITED WESTERN TECHNOLOGIES CORP.



(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: FA8227-22-Q-EDDY

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 2023-01.



(iv) Contracting Officer's Business Size Selection Sole Source

NAICS Code 334519

Small Business Size Standard 500

(v) CLIN Nomenclature UI QTY

0001 Calibration & Maintenance Service Annual Calibration and Software Support for ETC-2000 System - To include 1 scheduled visit per year EA 1

0002 CDRLs (2)



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



The 309th Maintenance Support Group (309 MXSG) has a requirement for maintenance, annual calibration and software updates on one UniWest Eddy Current Testing System ETC-2000 located at Hill AFB, Utah.



(vii) Period of Performance and place:



• Place: Hill Air Force Base, Utah

• PoP: One (1) Year After Date of Agreement plus four (4) option years (est. April 2023 - April 2028)

• FOB Destination delivery terms shall apply to all orders.



(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 3 March, 2023, via electronic mail to Lesta Simmons by email at lesta.simmons@us.af.mil

a. Provide Cage code when submitting offer.

b. All offerors must submit work summary and history identical or equivalent to the work requested in this requirement.



(ix) FAR 52.212-2, Evaluation -- Commercial Items

(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:



(i) Price

(ii) Technically Acceptable with the ability to comply with the Performance-Based Work Statement provided within this solicitation package (explain capability and history of identical/similar work)



(b) Evaluation is Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications outlined in the CLIN descriptions, performance-based work statement, and the required delivery timeframe of 8 Weeks ADC). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



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



(xi) 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.



(xii) DFARS 252.203-7994 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION 2017-O0001)(NOV 2016)

(a) In accordance with Continuing Appropriations Act, 2017 (Pub. L. 114-223), or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.





(xiii) DFARS 252.203-7995 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2017-O0001)(NOV 2016)

(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.

(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2017 (Pub. L. 114-223), or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.

(2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.

(End of clause)



OTHER FAR CLAUSES AND PROVISIONS



52.202-1 Definitions.

52.203-13 Contractor Code of Business Ethics and Conduct

52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009

52.204-7 System for Award Management

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

52.204-13 System for Award Management Maintenance

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

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

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.211-6 Brand Name or Equal

52.219-4 Notice of Price Evaluation Preference for HUB Zone Small Business Concerns.

52.219-6 Notice of Total Small Business Set-Aside

52.219-28 Post-Award Small Business Program 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

52.222-41 Service Contract Labor Standards

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

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

52.232-8 Discounts for Prompt Payment

52.232-23 Assignment of Claims

52.232-33 Payment by Electronic Funds Transfer—System for Award Management

52.232-39 Unenforceability of Unauthorized Obligations.

52.232-40 Providing Accelerated Payments to Small Business Subcontractors.

52.233-1 Disputes

52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

52.243-1 Changes--Fixed Price

52.244-6 Subcontracts for Commercial Items.

52.247-34 F.O.B. Destination

52.252-1 Solicitation Provisions Incorporated by Reference

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.203-7003 Agency Office of the Inspector General

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2017-00001)(NOV 2016)

252.204-0001 Line Item Specific: Single Funding

252.240-7003 Control of Government Personnel Work Product

252.204-7004 Alternate A, System for Award Management

252.204-7006 Billing Instructions.

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

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

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

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

252.223-7008 Prohibition of Hexavalent Chromium

252.232-7010 Levies on Contract Payments

252.243-7001 Pricing of Contract Modifications

252.244-7000 Subcontracts for Commercial Item

252.246-7003 Notification of Potential Safety Issues

252.247-7023 Transportation of Supplies by Sea

5352.223-9001 Health and Safety on Government Installations

5352.242-9000 Contractor Access to Air Force Installations

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 M. Schmidt; Hill Ombudsman/Copetition 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)



(ix) Additional Contract Requirement or Terms and Conditions:

N/A



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

N/A



(xi) Proposal Submission Information:

All questions or comments must be sent Lesta Simmons by email at lesta.simmons@us.af.mil, NLT 1500 MT, 23 February, 2023. Offers are due by, 1500 MT, 3 March, 2023, via electronic mail to lesta.simmons@us.af.mil



(xii) For additional information regarding the solicitation contact Hideo Mera at hideo.mera.2@us.af.mil or Lesta Simmons at lesta.simmons@us.af.mil



(xiii) Notice to Offerors:

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.



FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE

This solicitation incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es):



Acquisition.GOV



FAR 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision.

(b) The use in this solicitation of any DEFENSE FEDERAL ACQUISITION REGULATION (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.-



FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

(b) The use in this solicitation or contract of any Defense Federal Acquisition Requisition Supplement (48 CFR Chapter 2 clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.





Attachments:

• Performance-Based Work Statement (PWS)

• CDRLs (2) two total


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
  • Feb 15, 2023 01:14 pm MSTCombined Synopsis/Solicitation (Original)

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 >