Metrascan Services - Sole Source to Creaform, Inc.
Combined Synopsis/Solicitation METRASCAN 750 COMPLETE CARE PLAN SOLE SOURCE TO CREAFORM, INC. This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance wi... Combined Synopsis/Solicitation METRASCAN 750 COMPLETE CARE PLAN SOLE SOURCE TO CREAFORM, INC. 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. Solicitation Number: FA8227-23-Q-SCAN This solicitation is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2023-05. Contracting Officer's Business Size Selection: Sole Source NAICS Code: 811210 Small Business Size Standard: $34.0 Million Dollars CLIN Nomenclature UI QTY 0001 Metrascan 750 Complete Plus IAW Product Description & Specifications Base Year EA 1 0002 C-Track, Elite Optical Tracker IAW Product Description & Specifications Base Year EA 1 0003 Accident Coverage for Metrascan and C-Track IAW Product Description & Specifications Base Year EA 1 1001 Metrascan 750 Complete Plus IAW Product Description & Specifications Option Year 1 EA 1 1002 C-Track, Elite Optical TrackerIAW Product Description & Specifications Option Year 1 EA 1 1003 Accident Coverage for Metrascan and C-Track IAW Product Description & Specifications Option Year 1 EA 1 2001 Metrascan 750 Complete Plus IAW Product Description & Specifications Option Year 2 EA 1 2002 C-Track, Elite Optical Tracker IAW Product Description & Specifications Option Year 2 EA 1 2003 Accident Coverage for Metrascan and C-Track IAW Product Description & Specifications Option Year 2 EA 1 Description of item(s) to be acquired: The contractor shall provide requested products to the 309th Commodities Maintenance Group (CMXG) located at Hill AFB, Utah. Please reference the attached Product Description for detailed specifications. Period of Performance and place: Place: Hill Air Force Base, Utah Period of Performance: One (1) year after date of agreement plus two (2) one (1) year options (est. November 2023 – November 2026) FOB Destination delivery terms shall apply to all orders. Questions: (if Necessary) All questions regarding this solicitation can be sent to rachel.wright.9@us.af.mil and must be received NLT 28 September 2023. The provision at 52.212-1, Instructions to Offerors (Mar 2023) -- Commercial, applies to this acquisition. Offers are due by 1500 MST, 05 October, 2023 via electronic mail to rachel.wright.9@us.af.mil. Provide Cage code when submitting Bid. 2. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (may 2014), applies to this acquisition and a statement regarding any addenda to the clause. 3. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Mar 2023), applies to this acquisition and any clauses that are check will by applicable to this acquisition 4. OTHER FAR CLAUSES AND PROVISIONS: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-13 System for Award Management Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 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 52.204-27 Prohibition on a ByteDance Covered Application 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 (a) Notice to Contractor: at least fifteen (15) days before the contract expires. (b) Base year PLUS two (2) one (1) year extensions. 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 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 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 52.252-1 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 252.204-7003 Control of Government Personnel Work Product 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 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.232-7003 Electronic Submission of Payment request and Receiving reports 252.232-7006 Wide Area WorkFlow Payment instructions 252.232-7010 Levies on Contract Payments 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Melinda Schmidt, 6038 Aspen Ave, Bldg 1289 Upstairs, Hill AFB, UT 84056, Phone: (801) 777-6549, Melinda.Schmidt@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center /MAJCOM/DRU/SMC ombudsman 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) 256-2395, 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. Additional Contract Requirement or Terms and Conditions: N/A Defense Priorities and Allocations System (DPAS): N/A Proposal Submission Information: All questions or comments must be sent to Rachel Wright by email at rachel.wright.9@us.af.mil, NLT 1500 MST, 28 September 2023. Offers are due by 1500 MST, 05 October 2023 via electronic mail to rachel.wright.9@us.af.mil. For additional information regarding the solicitation contact Rachel Wright at rachel.wright.9@us.af.mil, (801) 777-4754. 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. Attachments: Product Description Sole Source Justification Wage Determinations
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »