Skip to main content

An official website of the United States government

You have 2 new alerts

Four (4) 90KVA 400HZ frequency Converters for the B-1 aircraft designed to provide aircraft ground power in support of hangar and ramp aircraft maintenance activities

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Mar 09, 2022 07:22 pm CST
  • Original Date Offers Due: Mar 18, 2022 03:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 09, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1730 - AIRCRAFT GROUND SERVICING EQUIPMENT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

                                                                    Combined Synopsis/Solicitation

                                                                                 (IAW FAR 12.603)

                                                                                FA8125-22-Q-0055

                                                                         400 HZ Aircraft Power Supply

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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.

This solicitation is being issued as a request for quotation (RFQ) IAW FAR Part 13. The government intends to award a firm-fixed price (FFP) contract for four (4) 90KVA 400HZ frequency Converters for the B-1 aircraft designed to provide aircraft ground power in support of hangar and ramp aircraft maintenance activities. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.

This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2020-01, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20190531, and Air Force Acquisition Circular (AFAC) 2019-1001.
 

The Air Force Sustainment Center (AFSC/PZIMA) at Tinker Air Force Base Oklahoma, intends to award one firm fixed price contract, for the acquisition of material listed below.

This is a 100% Small Business Set-aside

The NAICS Code is: 336413 and the Size Standard: 1,250

CONTACT INFORMATION:

Quotations are due by: 03:00pm Central Standard Time (CST) on 18 Mar, 2022. Contact the following for any additional questions regarding this solicitation:

Kyle Newcomb, Contracting Officer, 405-760-9264

Please email quotes to: kyle.newcomb@us.af.mil

CONTRACT LINE ITEMS (CLINS): 

Note: All CLINs are Firm Fixed Price (FFP)

CLIN

PART NUMBER/NOUN

QUANTITY

UNIT OF ISSUE

DELIVERY DATE

0001

90KVA 400HZ frequency Converters

4

EA

ARO:90Days

DESCRIPTION OF ITEMS:

Four (4) 90KVA 400HZ frequency Converters for the B-1 aircraft designed to provide aircraft ground power in support of hangar and ramp aircraft maintenance activities to include the following:

Four (4) 90KVA units to be mounted on painted steel bases with forklift pockets on control panel side.

Input requirement

  • 480 V 100 A, 3-phase, 60 Hz.
  • Input cable, 12 feet long single jacket 3-conducor with ground and scuff guard, AP 20467 plug, installed.

Output requirement

  • 230V L-N / 400V L-L, 3-phase, 400 Hz.
  • Special utility output, 230 VAC 3-phase, 400 Hz, 30A, outlet (Hubbell HBL45305) and on control panel side of unit.
  • No aircraft output cable required, only internal connection point for user provided cables.

DELIVERY INFORMATION:

FOB Destination to Tinker AFB, OK 73145. Shipping must be included in price.

The Contractor shall deliver all items described above to:

F3YCEB

Primary: David Miles (405)736-2279

Alternate: Chris Powers (405)582-5421

Commodity Ship To: (Tinker)

OC-ALC/OBCB

Bldg. 3001 Staff Dr. Door G70 Post N68 Tinker AFB, OK 73145-3052

Commodity hotline number: 582-5485

TERMS AND CONDITIONS

Please note provisions by reference carry the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available.

The full text of a clause may be accessed electronically at this/these address:

Regulations URLs: (Click on the appropriate regulation.)

https://www.acquisition.gov/browse/index/far

https://www.acquisition.gov/dfars

https://www.acquisition.gov/affars

FAR 52.212-1 - Instructions to OfferorsInstructions to Offerors -- Commercial, applies to this acquisition.

Addendum to FAR 52.212-1 Instructions to Offerors -- Commercial Items

General Information:  The Government plans to issue a single purchase order for four (4) 90KVA 400HZ frequency Converters for the B-1 aircraft designed to provide aircraft ground power in support of hangar and ramp aircraft maintenance activities.  This firm-fixed-price type contract is to award one contract for the acquisition.  The Contracting Officer (CO) is the sole point of contact for this acquisition.  Address any questions or concerns you may have to the CO.  Written requests for clarification may be sent to the CO at the address located in block xvi

An Ombudsman has been appointed to hear concerns from interested vendors during the proposal development phase of this acquisition.  The Ombudsman for this acquisition is AFSC/PZC.  This does not diminish the authority of the program director or CO, but communicates vendor concerns, issues, disagreements and recommendations to the appropriate Government personnel.  When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern.  The Ombudsman does not participate in the evaluation of quotations; interested parties are invited to call AFSC/PZC at 405-736-3273.

General Instructions:  This acquisition will be conducted under the procedures of FAR Part 12 -- Commercial Items and FAR Part 13 -- Simplified Acquisition Procedures.  This acquisition will utilize price as the only evaluated factor.  Award will be made to the vendor with the lowest total evaluated price (TEP) and whose quote conforms to the solicitation requirements (to include all stated terms, conditions, representations, and certifications). 

Vendors shall complete provisions/clauses as required.  Vendors must complete the annual representations and certifications electronically via the System for Award Management (SAM) at https://www.sam.gov.  After reviewing the SAM information, the vendor verifies by submission of their quotation that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, are correct.

Tailored Instructions (FAR 52.212-1):

(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block IV of the solicitation cover sheet of this solicitation. However, the small business size standard for a concern which submits a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.

(b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on the solicitation, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show--

(1) The solicitation number;

(2) The time specified in the solicitation for receipt of quotations;

(3) The name, address, and telephone number of the vendor;

(4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

(7) “Remit to” address, if different than mailing address;

(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the vendor shall complete electronically);

(9) Acknowledgment of Solicitation Amendments;

(10) Reserved; and

(11) If the quotation is not submitted on a Standard Form (SF) 1449, Solicitation/Contract/Order for Commercial Items, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(c) Reserved.

(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.

(e) Multiple quotations. Vendors are encouraged to submit multiple quotations presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately.

(f) Late submissions, modifications, revisions, and withdrawals of quotations.  We must receive your quotation at the address specified in Block xvi by the deadline specified in Block xv.  We will not consider any quotation that we receive after the deadline unless we receive it before we issue a purchase order and considering it will not unduly delay our purchase. In case of an emergency that delays our operations and makes submission or receipt of your quotation impossible, we will extend the deadline by one working day.

(g) Issuance of purchase order. The Government intends to evaluate quotations and issue a purchase order without interchanges.  Therefore, the vendor’s initial quotation should contain the vendor’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct interchanges with one, some, or all vendors if later determined by the Contracting Officer to be necessary.  The Government may waive informalities and minor irregularities in quotations received.  The Government reserves the right to reject any or all quotations, if such action is in the public interest.

(h) Multiple purchase orders. The Government may issue purchase orders for any item or group of items of a quotation, unless the vendor qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit price(s) quoted, unless the vendor specifies otherwise in the quotation.

(i) Availability of requirements documents cited in the solicitation. If the descriptions in this solicitation refer to any Government specification, standard, or commercial item description, you may obtain a copy of any such documents from the places listed in FAR 52.212-1, paragraph (i).

(j) Unique Entity Identifier (UEI). Applies to all quotations submitted in response to solicitations that require the vendor to be registered in the System for Award Management (SAM) database.  Place your UEI that identifies the vendor’s name and address in Block “DUNS” Also, if applicable, place your Electronic Funds Transfer (EFT) indicator in Block “DUNS”].  If you do not have a UEI, see FAR 52.212-1 paragraph (j) for instructions.

(k) Reserved.

(l)  Reserved.

Addendum to FAR 52.212-2 -- Evaluation – Commercial Items

1.0 Basis for Contract Award:

This acquisition will be conducted under the procedures of FAR Part 12 -- Commercial Items and FAR Part 13 -- Simplified Acquisition Procedures. This acquisition will utilize price as the only evaluated factor.  Award will be made to the vendor with the lowest total evaluated price (TEP) and whose quotation conforms to the solicitation requirements (to include all stated terms, conditions, representations, and certifications).  The Government intends to award without interchanges.  However, the Government reserves the right to conduct interchanges if determined necessary by the Contracting Officer (ref. FAR 52.212-2 Addendum, section 1.3).

    1. Solicitation Requirements (Terms and Conditions)

Vendors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and Statement of Work (SOW)/Item Description requirements, in addition to the price factor. Failure to comply with the terms and conditions of the solicitation may result in the vendor being ineligible for award.  Vendors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale.  The Government reserves the right to determine any such exceptions unacceptable, and the quotation, therefore, ineligible for award. 

1.2 Number of Contracts to be Awarded:

The Government intends to select one contractor for this acquisition.  However, the Government reserves the right not to award a contract at all, depending on the quality of the quotation, prices submitted, and the availability of funds.

1.3 Interchanges

In accordance with FAR 1.102-2(c)(3) the Government shall exercise discretion, use sound business judgement, and comply with applicable laws and regulations during the course of this acquisition.  The Government intends to award without interchanges, but reserves the right to conduct interchanges if necessary.  Therefore, it is imperative that vendors submit their best terms initially.  If during the evaluation of quotations it is determined to be in the best interest of the Government to conduct interchanges, the Contracting Officer may conduct interchanges with one, some, or all vendors before issuing any purchase order.

Interchanges are information sharing between the Government and vendors after receipt of quotations which can be conducted to address any aspect of the quotation.  Interchanges may be oral or written.  Written interchanges take the form of Interchange Notices (IN)s.  INs are used to accurately capture contemporaneous sharing of information.  If interchanges are conducted, the Government may request final quotation revisions at the conclusion of interchanges.  

2.0 Evaluation Factor:

The Government will evaluate for conformance concurrently for the three (3) lowest priced proposals.  Should one of those three (3) proposals not be found conforming to the solicitation, the next one (1) lowest priced offeror will be reviewed for conformance. Then, price will be evaluated and the proposals will be listed from lowest to highest price based on the total evaluated price either initially or as a result of clarifications.

2.1. Factor 1 – Price

Price quotations will be evaluated as follows:

2.1.1 Completeness

Quotations will be reviewed for completeness.  Incomplete quotes will be considered ineligible for award.

CONTRACTOR MUST PROVIDE A WRITTEN STATEMENT TO EXPLAIN HOW THEY ARE MEETING THE TECHNICAL EVALUATION CRITERIA LISTED BELOW.  A STATEMENT OF “I CONCUR” OR “CONCUR” WILL NOT BE ACCEPTED AND COULD DEEM YOUR PROPOSAL TECHNICALLY UNACCEPTABLE.  THE WRITTEN STATEMENT IS ESSENTIAL FOR YOUR QUOTE TO BE RESPONSIVE AND BE REFERRED FOR TECHNICAL REVIEW.

4 (Four) 90KVA 400HZ frequency Converters for the B-1 aircraft designed to provide aircraft ground power in support of hangar and ramp aircraft maintenance activities.

The requested Airbag Storage Crates descriptions/specifications are outlined below.

Four (4) 90KVA units to be mounted on painted steel bases with forklift pockets on control panel side.

Input requirement

  • 480 V 100 A, 3-phase, 60 Hz.
  • Input cable, 12 feet long single jacket 3-conducor with ground and scuff guard, AP 20467 plug, installed.

Output requirement

  • 230V L-N / 400V L-L, 3-phase, 400 Hz.
  • Special utility output, 230 VAC 3-phase, 400 Hz, 30A, outlet (Hubbell HBL45305) and on control panel side of unit.
  • No aircraft output cable required, only internal connection point for user provided cables.

2.1.2 Price Reasonableness

The proposed 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 15.404-1(b)(2). 

2.1.3 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 15.404-1(b)(2).  The Government may also use other evaluation techniques, as needed.  To be realistic, the proposed price 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.

2.1.4 Unbalanced Pricing

Vendors’ quotations will be reviewed for unbalanced pricing.  The Government will evaluate any supporting information provided by the vendor explaining variances that appear unbalanced.   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 total price, the price of one or more line items (including sub line items) is significantly over or understated as demonstrated by application of price analysis techniques, such that:

  1. 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

  1. The quote is so grossly unbalanced; its acceptance would be tantamount to allowing an advanced payment.

2.1.5 Total Evaluated Price (TEP)

The TEP will be calculated as the sum of the total proposed prices for all separately priced line items (including sub line items).  The total proposed price for each separately priced line item shall be calculated as the proposed unit price multiplied by the corresponding quantity.

The total proposed price for all options will be added to the total proposed price for the basic requirement as a part of the TEP calculation.

The TEP will be used for evaluation purposes only.

The TEP will be calculated as the sum of the vendor’s proposed prices for the base product and all options.

52.212-3 - Offeror Representations and Certifications -- Commercial Item

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, applies to this acquisition.

52.212-4 - Addendum -- (a) The Contractor agrees that the supplies or services furnished under this contract shall be covered by the most favorable commercial warranties the Contractor gives to any customer for such supplies or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the Government by any other clause of this contract. (b)  The Contractor shall provide a copy of the applicable commercial warranty with each item covered by such a warranty, at no additional cost to the Government.  A copy of the warranty proposed shall be provided with the offer.

52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items, applies to this acquisition.

The following clauses/provisions 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

52.219-28 - 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

52.222-36 - Equal Opportunity for Workers with Disabilities

52.222-50 - Combating Trafficking in Persons

52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While

52.225-1 - Buy American—Supplies

52.225-3 - Buy American –Free Trade Agreements – Israeli Trade Act, Alt.1

52.225-13 - Restrictions on Certain Foreign Purchases

52.225-18 - Place of Manufacture

52.232-33 - Payments by Electronic Funds Transfer

The following FAR clauses/provisions are included but not limited to: 

52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation.

52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreement or Statements.

52.204-7 - System for Award Management

52.204-13 - System for Award Management Maintenance

52.204-16 - Commercial and Government Entity Code Reporting

52.204-17 - Ownership or Control of Offeror

52.204-18 - Commercial and Government Entity Code Maintenance

52.204-19 - Incorporation by Reference of Representations and Certifications

52.204-20 - Predecessor of Offeror

52.209-2 - Prohibition on Contracting with Inverted Domestic Corporations—Representation

52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations

Felony Conviction under any Federal Law

52.212-1 - Instructions to Offerors -- Commercial Items

52.219-1 - Small Business Program Representations Alternate I

52.222-22 - Previous Contracts and Compliance Reports

52.222-25 - Affirmative Action Compliance

52.223-22 - Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation

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

52.232-39 - Unenforceability of Unauthorized Obligations

52.232-40 - Providing Accelerated Payments to Small Business Subcontractors

52.252-1 - Solicitation Provisions incorporated By Reference

52.252-2 - Clauses Incorporated by Reference

52.242-15 – Stop Work Order

52.247-34 - F.o.b. – Destination

52.252-5 - Authorized Deviations in Provisions

52.252-6 - Authorized Deviations in Clauses

52.253-1 - Computer Generated Forms

The following DFARS clauses/provisions are included but not limited to:

252.203-7000 - Requirements Relating to Compensation of Former DoD Officials

252.203-7002 - Requirement to Inform Employees of Whistleblower Rights

252.203-7005 - Representation Relating to Compensation of Former DoD Officials

252.204-7003 - Control of Government Personnel Work Product

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

252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law

252.211-7003 - Item Unique Identification and Valuation

252.223-7008 - Prohibition of Hexavalent Chromium

252.225-7001 - Buy American and Balance of Payments Program

252.225-7002 - Restrictions on food, clothing, fabrics, hand or measuring tools, and flags

252.225-7021 - Trade Agreements

252.225-7048 - Export-Controlled Items

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

252.244-7000 - Subcontracts for Commercial Items

252.247-7023 - Transportation of Supplies by Sea

252.247-7036 - Buy American—Free Trade Agreements—Balance of Payments Program, Alt. 1

The following AFFARS clauses/provisions are included

5352.201-9101 - Ombudsman

5352.223-9000 - Elimination of Use of Class I Ozone Substances

The following Local clauses are included:

Contract Holidays

Truck Entry Gate, Notice

List of Attachments

Quotes must include the response page, attached on the last page of this document.

Contact Information

Quotations are due by: 18 May, 2022, by 03:00pm Central Standard Time (CST). Contact the following individuals for information regarding this solicitation:

Kyle Newcomb Contracting Officer, 405-760-9264

kyle.newcomb@us.af.mil

Attachments:

  1. Item Description

RESPONSE PAGE

RETURN THIS PAGE WITH THE COMPLETED INFORMATION AND AUTHORIZED SIGNATURE. OFFEROR MAY PROVIDE COMPANY QUOTATION SHEET IN CONJUNCTION WITH THIS RESPONSE PAGE

1. OFFEROR INFORMATION

BUSINESS NAME:

STREET ADDRESS:

CITY, STATE, ZIP:

CAGE CODE and DUNS:

BUSINESS WEB ADDRESS:

CONTACT PERSON:

TELEPHONE:

FAX:

E-MAIL:

2. SUPPLIES/SERVICES AND PRICES/COSTS

Total Proposed Price for all CLINs:   $__________

DISCOUNT TERMS:

NET 30   or   _______% IN _______ DAYS

DAYS REQUIRED FOR DELIVERY:

3. CERTIFICATION OF RESPONSE

Offeror’s Authorized Representative's Signature:

Date:

Type or Print Name:

Position or Title:

  • Contractor is required to sign this document and return 1 copy to issuing office. 

  • Contractor agrees to furnish and deliver all items set forth or otherwise identified above and on any additional sheets subject to the terms and conditions specified herein.

  • Contractor is required to provide commercial product literature for all items quoted above.

Contact Information

Contracting Office Address

  • CP 405 734 9107 3001 STAFF DR STE 2S76
  • TINKER AFB , OK 73145-3303
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Mar 09, 2023 10:59 pm CSTCombined Synopsis/Solicitation (Original)