SOLICITATION # FA812523Q0055
PLATING BPA
TINKER AFB, OK
The Air Force Sustainment Center s Maintenance Contracting Branch (AFSC/PZIMA, 3001 Staff Dr Ste 2S76, Tinker AFB, OK 73145-3303) at Tinker Air Force Base, Oklahoma, intends to issue a blanket purchase agreement (BPA) for Plating Services in accordance with (IAW) Performance Work Statement (PWS), Heat Treat Specs and Plating Specs. See Section 2 entitled Supplies and Price of the solicitation for complete details.
This is a combined synopsis/solicitation for commercial items prepared IAW the format in Federal Acquisition Regulation (FAR) Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued aside from the one posted here.
This solicitation is being issued as a request for quotation (RFQ) IAW FAR Part 13, the Defense FAR Supplement (DFARS) Part 213, and the Air Force FAR Supplement (AFFARS) Par 5313. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-03, DFARS changes effective 03 June 2021, and AFFARS Acquisition Circular (AFAC) 2019-1001.
This acquisition is a 100% Small Business Set-aside
Its NAICS Code 332813; Size standard is 500 employees
FSC is J096
Large businesses are ineligible to receive a BPA.
QUOTE SUBMISSION INFORMATION
Quotes are due to the point of contact (POC) below by 4 April 2023, 03:00 PM Central Daylight Savings Time
Shannon Reed, Contracting Specialist (Primary POC)
shannon.reed.8@us.af.mil
251-656-4732
Or
Darla DeAngelis, Contracting Officer
Darla.deangelis@us.af.mil
405-736-4104
The phone number is a cell phone number and will only be answered during 9AM-3PM CST.
All quotes must be good for no less than 90 days after the quote submission date above.
SHIPPING INFORMATION
Shipping will be FOB Destination (Tinker AFB, OK 73145) only. Separate charges for shipping/freight will not be allowed. Please work this into the price of each item.
TERMS, CONDITIONS, PROVISIONS, & CLAUSES
Payment terms will, by default, be Net 30, which means the Government has 30 days to pay you after items have been delivered and you submit your invoice. You may offer payment discounts for early payment, but this will not be considered in quote evaluation.
Invoices must be submitted in Wide Area Workflow (WAWF) application, which can be found in the Government's Procurement Integrated Enterprise Environment (PIEE; https://piee.eb.mil/). Payment will be made after the invoice is signed in WAWF and after the item is received and accepted by the Government; do not submit invoices until the item has been delivered.
All clauses and provisions can be found on the following websites:
Federal Acquisition Regulation (FAR) https://www.acquisition.gov/browse/index/far
Defense Federal Acquisition Regulation Supplement (DFARS) https://www.acquisition.gov/dfars
Air Force Federal Acquisition Regulation Supplement (AFFARS) https://www.acquisition.gov/affars
52.204-7 System for Award Management.
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-25 -- Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
*** Please ensure your representation for this clause is completed in your SAM.gov profile. ***
52.212 1 Instructions to Offerors Commercial Items
ADDENDUM as prescribed in FAR 12.301(b)(1)
As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein:
1. The Government intends to evaluate quotations and issue BPAs resulting from this solicitation.
a. There may be as few as one or as many as five BPAs IAW FAR 13.303; we reserve the right to not issue any BPAs if acceptable responses are not received. The Government reserves the right to reject any or all quotations if such action is in the public interest.
b. BPAs will be issued to the responsible Offerors who return a completed package which conforms to our requirements IAW these instructions.
2. Responses to this solicitation must be submitted no later than 4 April 2023 / 03:00 PM CDST. Responses must be submitted via email to Shannon Reed. The Government reserves the right to consider late responses.
3. The following four items must be completed and returned by the Offeror:
a. Quote Sheet the final pages of this document constitute the Quote Sheet. Please ensure all of the information is provided and the last page is signed by an authorized individual representing your firm. Shipping will be FOB Destination (Tinker AFB, OK 73145) only. Separate charges for shipping/freight will not be allowed. Please work this charge into the price of each item on your Price List.
b. Attachment 3, Pricing sheet this must be completed for the entire five-year period. This pricing will be your firm s pricing for the appropriate periods if you are issued a BPA.
c. Certification Documentation In Accordance with Item Description, must provide current documentation of certifications in AS9110, ISO9001, and NADCAP.
d. Active DD 2345 Form
4. We intend to issue the BPAs without interchanges; however, the Government reserves the right to conduct interchanges with one, some, or all Offerors if later determined by the Contracting Officer to be necessary. The Government may waive informalities and minor irregularities in quotations received. Therefore, the vendor s initial quotation should contain the vendor s best terms from a price and technical standpoint.
Failure to follow all of these instructions and return these documents may render you ineligible to receive a BPA.
52.212 2 Evaluation Commercial Items
ADDENDUM as prescribed in FAR 12.301(c)
As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein:
1. The Government will issue BPAs resulting from this solicitation to the responsible Offerors who provides us with the lowest TEP for the items which meet all of the criteria specified in Attachment 2, Item Description. There may be as few as one or as many as five BPAs IAW FAR 13.303; we reserve the right to not issue any BPAs if acceptable responses are not received.
4
2. Quote Review after closing of this solicitation, Contracting will review all quotes, which will include the following items:
a. Quote Completeness Quotations will be reviewed for completeness. Incomplete quotes will be considered ineligible for award.
b. Price Reasonableness The Offerors prices will be evaluated for reasonableness. Reasonableness must represent a price to the Government a prudent person would pay in the conduct of competitive business. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 13.106-3(a).
c. Price Realism The Government intends to determine price realism based on adequate price competition. In the event the Government cannot determine price realism based on adequate price competition, the Government reserves the right to conduct a more detailed price realism evaluation using one or more of the price analysis techniques described in FAR 13.106-3(a). The Government may also use other evaluation techniques, as needed. To be realistic, the price list and TEP must demonstrate an adequate understanding of the requirement. Quoted prices that are determined to be unrealistically low due to an inadequate understanding of the requirement will make the quotation ineligible for award.
d. Unbalanced Pricing Offerors quotations will be reviewed for unbalanced pricing. Evaluated quotes that are determined to be unbalanced may be deemed ineligible for award by the Contracting Officer if a determination is made that lack of balance poses an unacceptable risk to the Government. Unbalanced pricing exists when, despite an acceptable TEP, the unit price of one or more price list years is significantly over or understated as demonstrated by application of price analysis techniques, such that:
i. There is reasonable doubt the quote would result in the lowest overall cost to the Government, even though it is the lowest priced quote; or,
ii. The quote is so grossly unbalanced; its acceptance would be tantamount to allowing an advanced payment.
e. TEP Contracting will calculate the TEP for each quote based on Attachment 4, TEP Worksheet. Contracting will verify that the pricing on Attachment 4 matches that of Attachment 3, Price List. TEP will be used for evaluation purposes only.
f. Documentation Contracting will review each submission to ensure the Offerors submitted all five items as required by the addendum to FAR Provision 52.212-1, para 3.
3. Item Conformance Review After Contracting completes the Quote Review, a Subject Matter Expert (SME) will review the three lowest priced quote packages which will have redacted pricing to determine whether or not the quotes provided for the requested items meets/does not meet the requirements as stated in Attachment 2, Item Description; if the SME determines your quoted item will not satisfy our requirements, you will be ineligible to receive a BPA. The Government reserves the right to engage in interchanges to request more information from any Offeror about their product during the evaluation process.
3. Contracting will notify the successful Offeror(s) that they will receive a BPA via email.
4. Unsuccessful Offeror will not be notified, but can find the award information, which will be posted at SAM.gov within 24 hours of issuance of BPAs. The following information will be posted for each new BPA holder:
a. Offeror/Business Name
b. City and State
c. BPA #
d. TEP Amount
No other details or debrief will be provided.
52.212 3 Offeror Representations and Certifications Commercial Items.
The Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal (Only complete and return if there are changes to current SAM Registration. If 52.212-3 is not returned the contractor is affirming that the current SAM registration is current, accurate, and complete). If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.
52.212-4 -- Contract Terms and Conditions -- Commercial Items
52.212 5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items
Clauses/Provisions IAW FAR 12.30:
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.209-5, Certification Regarding Responsibility Matters
52.232-40, Providing Accelerated Payments to Small Business subcontractors
The following clauses within 52.212-5 are included but not limited to:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Set-Aside
52.219-14, Limitations on Subcontracting
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor Cooperation with Authorities and
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
52.222-54, Employment Eligibility Verification
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management
The following DFARS clauses are included but not limited to:
252.201-7000, Contracting Officer's Representative
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense Contract-Related Felonies
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
252.204-7003, Control of Government Personnel Work Product
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
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.205-7000, Provision of Information to Cooperative Agreement Holders
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7000, Buy American Balance of Payments Program Certificate
252.225-7001, Buy American and Balance of Payments Program
252.225-7002, Qualifying Country Sources as Subcontractors
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
252.232-7003, 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
252.243-7002, Requests for Equitable Adjustment
252.244-7000, Subcontracts for Commercial Items
5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs)
LIST OF ATTACHMENTS
ATT # DESCRIPTION DATE PAGES
- Spec Sheet 26 January 23 1
- Heat Treat Specs 30 August 22 2
- Plating Specs and Requirement (2 tabs) 28 Feb 23 2
4 Item Description 20 Sept 22 1
5 Pricing Sheet N/A 1
6 Drawing 1 & 2 Note N/A 1
QUOTE SHEET
Offerors are REQUIRED to return the portion of this CSS below with the completed information and authorized signature. Offerors may also provide their company s quotation sheet in addition to this response page.
SECTION 1 OFFEROR INFORMATION
Company Name
Address
CAGE Code and DUNS Number
The Government cannot enter into contracts or agreements with Offerors not registered in SAM. For registration information,
visit the SAM website (https://www.sam.gov/) and follow the instructions in the Quick Start Guide For SAM Registration, which can be
found under the Help Tab and User Guides submenu.
Small Business Size
Web Page URL
Point of Contact
POC Phone # and email address
SECTION 2 SUPPLIES AND PRICE
Please complete and return the following documents along with this Quote Sheet:
- Attachment 5, Pricing Sheet
- Certification Documentation In Accordance with Item Description, must provide current documentation of certifications in AS9110, ISO9001, and NADCAP.
- DD 2345
Failure to complete this quote sheet and to return all four documents will render you ineligible for award.
Payment Terms / Discount Terms
NET 30 / _______% In _______ Days
After Invoice Submission in WAWF
An example of a payment discount would be 2.5% in 7 days, which means that although we have 30 days to pay you after submission of invoices, we would receive a 2.5% discount if we paid you within 7 days.
Delivery Time
___________ Days after Receipt of Order
OFFEROR S NOTES TO THE GOVERNMENT:
SECTION 3 CERTIFICATION OF RESPONSE
NAME OF OFFEROR S REPRESENTATIVE TITLE
SIGNATURE DATE
The Offeror is required to sign this document and return a copy to issuing office. By signing and returning this, the Offeror agrees to furnish and deliver all items set forth or otherwise identified above and on any additional sheets subject to the terms, conditions, provisions, clauses, and specifications of the solicitation and award (if received). The Offeror is required to provide commercial product literature for all items quoted above as required/requested.