5 Axis Mills Maintenance Repair Follow-on
Combined Synopsis/Solicitation 5 Axis Mills Maintenance Repair Follow-on - (11119) (i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the ... Combined Synopsis/Solicitation 5 Axis Mills Maintenance Repair Follow-on - (11119) (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: FA8222-24-R-B011 This solicitation is issued as a request for quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-05. (iv) Contracting Officer's Business Size Selection No Set Aside NAICS Code 811210 Small Business Size Standard $34 Million (v) CLIN Nomenclature UI QTY 0001 Alignment, Scan and Calibration for Two Zimmerman and One Cincinnati 5-Axis Milling Machines Yearly 3 0002 Telephone/Email Support Months 12 0003 General Repairs Hourly 320 0004 Emergency Repairs Hourly 160 0005 Parts Each 5,000,000 0006 Travel Lot 5 0007 CDRL-NSP 1001 Option Year 1-Alignment, Scan and Calibration for Two Zimmerman and One Cincinnati 5-Axis Milling Machines Yearly 3 1002 Option Year 1-Telephone/Email Support Months 12 1003 Option Year 1-General Repairs Hourly 320 1004 OptionYear 1-Emergency Repairs Hourly 160 1005 Option Year 1-Parts Each 5,000,000 1006 Option Year 1-Travel Lot 5 1007 CDRL-NSP 2001 Option Year 2-Alignment, Scan and Calibration for Two Zimmerman and One Cincinnati 5-Axis Milling Machines Yearly 3 2002 Option Year 2-Telephone/Email Support Months 12 2003 Option Year 2-General Repairs Hourly 320 2004 Option Year 2-Emergency Repairs Hourly 160 2005 Option Year 2-Parts Each 5,000,000 2006 Option Year 2-Travel Lot 5 2007 CDRL-NSP 3001 Option Year 3-Alignment, Scan and Calibration for Two Zimmerman and One Cincinnati 5-Axis Milling Machines Yearly 3 3002 Option Year 3-Telephone/Email Support Months 12 3003 Option Year 3-General Repairs Hourly 320 3004 Option Year 3-Emergency Repairs Hourly 160 3005 Option Year 3-Parts Each 5,000,000 3006 Option Year 3-Travel Lot 5 3007 CDRL-NSP 4001 Option Year 4-Alignment, Scan and Calibration for Two Zimmerman and One Cincinnati 5-Axis Milling Machines Yearly 3 4002 Option Year 4-Telephone/Email Support Months 12 4003 Option Year 4-General Repairs Hourly 320 4004 Option Year 4-Emergency Repairs Hourly 160 4005 Option Year 4-Parts Each 5,000,000 4006 Option Year 4-Travel Lot 5 4007 CDRL-NSP (vi) Description of item(s) to be acquired: This will be a service contract to maintain two Zimmermann and one Cincinnati Milacron computer numerical control (CNC) 5-axis gantry mill machines. The services shall consist of annual calibration, authorized repairs, and functional tests. The contractor shall provide personnel, support equipment, and documentation necessary to repair, test, and calibrate the equipment, as identified in the attached PWS using lasers such as API XD Laser or a Renishaw XD Laser and to be approved by 309 MXSS/MXDVA. (vii) Period of Performance and place: • Place: Hill Air Force Base, Utah • PoP: 1 Year After Date of Agreement plus four (4) option years (est. October 2024 - October 2029) • 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 1700 MT, 7 October 2024, via electronic mail to Austin Hurst by email at austin.hurst.2@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). 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. 52.203-3 Gratuities. 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 52.217-9 Option to extend the term of the contract 52.219-4 Notice of Price Evaluation Preference for HUB Zone Small Business Concerns. 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 52.223-5 Pollution Prevention and Right-to-Know Information. 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. 52.232-1 Payments. 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 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 252.203-7003 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 252.204-7004 Antiterrorism Awareness Training for Contractors. 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. (DEVIATION 2024-O00013 REVISION 1) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment of Services-Representation 252.204-7020 Notice of NISTSP 800-171 DOD Assessment Requirements 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. 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.225-7055 Representation Regarding Business Operations with the Maduro Regime. 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. 252.232-7010 Levies on Contract Payments. 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 252.243-7002 Requests for Equitable Adjustment. 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, Kayla Marshall; Hill Ombudsman/Copetition Advocate; kayla.marshall@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 to Austin Hurst by email at austin.hurst.2@us.af.mil, NLT 1700 MT, 15 August, 2024. Offers are due by, 1700 MT, 7 October, 2024, via electronic mail to austin.hurst.2@us.af.mil. (xii) For additional information regarding the solicitation contact Benjamin Browne at benjamin.browne@us.af.mil or Austin Hurst at austin.hurst.2@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 (5) five total
Data sourced from SAM.gov.
View Official Posting »