Fabricated Custom Weighted Aircraft Ballast
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 (Updated)
- Updated Published Date: Dec 05, 2022 04:40 pm MST
- Original Published Date: Nov 21, 2022 03:37 pm MST
- Updated Date Offers Due: Dec 08, 2022 12:00 pm MST
- Original Date Offers Due: Dec 08, 2022 12:00 pm MST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Dec 23, 2022
- Original Inactive Date: Dec 23, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 9640 - IRON AND STEEL PRIMARY AND SEMIFINISHED PRODUCTS
- NAICS Code:
- 332312 - Fabricated Structural Metal Manufacturing
- Place of Performance: Tucson , AZ 85707USA
Description
COMBO SYNOPSIS - SOLICITATION
Custom Fabricated Weighted Aircraft Ballast
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the
format in FAR Subpart 12.6, as supplemented with additional information included in this notice.
This announcement constitutes the only solicitation; proposals are being requested and a written
solicitation will not be issued. Surplus is NOT authorized for this procurement. Foreign participation
is NOT permitted at the prime contractor level. Release approved for U.S. contractors only.
(ii) Solicitation FA4877-23-Q-A069 is issued as a Request for Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 2022-08 effective 10/28/2022. The DFARS provisions and clauses are
those in effect to DPN 10/28/2022 effective 10/28/2022. The AFFARS provisions and clauses are those
in effect to AFAC 07/01/2022 effective 07/01/2022. The Wage Determination 2015-5473 Revision #18
Dated 09/01/2022 will be incorporated into the final contract award.
(iv) The associated North American Industrial Classification System (NAICS) code for this
procurement is 332312 with a small business size standard of 500 EMP. This requirement is issued as
a 100% small business set-aside. TO ENSURE CONTINUED PRODUCT INTEGRITY OF THE ITEM(s), INTERESTED SOURCES MUST VERIFY THAT THEY HAVE NECESSARY EXPERIENCE, CAPABILITY AND RESOURCES TO MANUFACTURE THESE ITEMS AND PROVIDE EXPEDITIED DELIVERY. THE STRUCTURAL AND FUNCTIONAL INTEGRITY OF THE ITEM(s) CAN BE AFFECTED BY INDIVIDUAL MANUFACTURERS PROCESSES AND TECHNIQUES.
(v) The contractor shall provide all parts, tools, equipment, materials, transportation, personnel,
labor, supervision, and management to perform manufacturing of (40) Ballast, X202236161-1 Rev C, in
Accordance With (IAW) DRAWING X202236161-1 Rev C,
(attachment 5) but no more than (60) for 309 AMARG, at Davis-Monthan Air Force Base (DMAFB) Tucson
AZ.
(vi) The government intends to award a firm-fixed price contract for Custom Weighted Ballast as
outlined in Attachment 1 – CLIN Pricing Schedule.
(vii) Requested fabrication services shall be performed at vendors place of business. All
deliveries must be coordinated with the designated AMARG point of contact.
(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Nov 2021) is hereby incorporated
by reference, with the same force and effect as if it were given in full text. The following have
been tailored to this procurement and are hereby added via addenda:
1. To assure timely and equitable evaluation of the proposal, the offeror must follow the
instructions contained herein. The pricing proposal must be complete, self-sufficient, and respond
directly to the requirements of this solicitation.
Technical Acceptability, at a minimum, is defined as providing the fabrication services and product
that meets the provided drawing specifications and ability to meet the required schedule. The
Government intends to evaluate offers and award without discussion, but reserves the right to
conduct discussions. Therefore, the offeror’s initial offer should contain the offeror’s best terms
from a technical and price standpoint. However, the Government reserves the right to conduct
discussions if later determined by the Contracting Officer to be necessary. Offers that fail to
furnish required representations or information, or reject the terms and conditions of the
solicitation may be excluded from consideration.
3. System for Award Management Registration.
(a) Definitions. As used in this provision—
“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and
Bradstreet, Inc. (D&B) to identify unique business entities.
“Data Universal Numbering System+4 (DUNS+4) number” means the DUNS number means the number assigned
by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no
affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the
discretion of the business concern to establish additional System for Award Management records for
identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for
the same concern.
“Registered in the System for Award Management (SAM) database” means that—
(1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4
number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal
Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and
(2) The offeror has completed the Core, Assertions, and Representations and Certification, and
Points of contact sections of the registration in the SAM database;
(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer
Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required
to provide consent for TIN validation to the Government as a part of the SAM registration process.
(4) The Government has marked the record “Active”. (b)
(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee
shall be registered in the SAM database prior to award, during performance, and through final
payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement
resulting from this solicitation.
(2) The offeror shall enter, in the block with its name and address on the cover page of its offer,
the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the
offeror’s name and address exactly as stated in the offer. The DUNS number will be used by the
Contracting Officer to verify that the offeror is registered in the SAM database.
(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to
obtain one.
(1) An offeror may obtain a DUNS number—
(i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet
access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or
(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The
offeror should indicate that it is an offeror for a U.S. Government contract when contacting the
local Dun and Bradstreet office.
(2) The offeror should be prepared to provide the following information:
(i) Company legal business name.
(ii) Trade style, doing business, or other name by which your entity is commonly recognized.
(iii) Company physical street address, city, state and Zip Code.
(iv) Company mailing address, city, state and Zip Code (if separate from physical).
(v) Company telephone number.
(vi) Date the company was started.
(vii) Number of employees at your location.
(viii) Chief executive officer/key manager.
(ix) Line of business (industry).
(x) Company Headquarters name and address (reporting relationship within your entity).
(d) If the Offeror does not become registered in the SAM database in the time prescribed by the
Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful
registered Offeror.
(e) Processing time, which normally takes 48 hours, should be taken into consideration when
registering. Offerors who are not registered should consider applying for registration immediately
upon receipt of this solicitation.
(f) Offerors may obtain information on registration at https://www.acquisition.gov.
(ix) FAR 52.212-2 Evaluation -- Commercial Items (Nov 2021) is hereby incorporated by reference,
with the same force and effect as if it were given in full text. The following have been tailored
to this procurement and are hereby added via addenda:
(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) Technical capability of providing the fabricated custom weighted ballast per all outline
specification/drawings;
(ii)Price.
Offers will be evaluated first based off technical acceptability in offering the requested product
per the specifications outlined in the drawing then evaluated by price. If found technically
acceptable award will be made without further consideration. If found technically unacceptable the
Government will evaluate the next offer for technical acceptability until award can be made to the
technically acceptable offeror then price. Past Performance will not be evaluated.
Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and
technical standpoint. However, the Government reserves the right to conduct discussions if later
determined by the Contracting Officer to be necessary. Offers that fail to furnish required
representations or information, or reject the terms and conditions of the solicitation may be
excluded from consideration.
This will be a lowest price technically acceptable purchase. Technical acceptability – at a minimum
– including those above and all items listed will consist of meeting the requirement as defined in
the Statement of Work (Attachment 2), the delivery schedule outlined (Attachment 3), and all
characteristics of the provided drawing (Attachment 4).
(x) Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I,
Offeror Representations and Certifications--Commercial Items (Oct 2022); or confirmation of
registration in www.sam.gov with access to complete Reps & Certs.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Nov 2021), is
hereby incorporated by reference, with the same force and effect as if it were given in full text.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or
Executive Orders – Commercial Items (Oct 2022), is hereby incorporated by reference, with the same
force and effect as if it were given in full text.
(xiii) 52.252-1 -- Solicitation Provisions Incorporated by Reference.
Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include
blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of
submitting the full text of those provisions, the offeror may identify the provision by paragraph
identifier and provide the appropriate information with its quotation or offer. Also, the full text
of a solicitation provision may be accessed electronically at this/these address(es):
www.acquisition.gov
Additionally, the following clauses and provisions apply to this acquisition:
**See attached COMBO for clause table**
(xiv) NOTICE TO ALL INTERESTED PARTIES: Any questions shall be submitted by Monday, 5 Dec 2022 at
10:00AM Mountain Standard Time to: 355th Contracting Squadron/PK-AMARG, Attn: Rachelle Jenkins, via
e-mail: rachelle.jenkins.3@us.af.mil . An amendment will be issued providing the Government’s
answers all questions received. Quotes are due no later than NOON Pacific Standard Time on
Thursday, 8 Dec 2022; quotes shall include the following:
a. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit
to 10 pages.
b. Part 2- Price – Submit one (1) copy of price schedule, limited to 10 pages.
c. Part 3- Representations And Certifications (Reps/Certs) – Submit IAW para (x) above
Any capability statement will need to demonstrate to the government engineer how the source can manufacture/supply the item(s) while maintaining the quality of the part(s) that meets or exceeds the government requirements.
(xv) Quotations shall be submitted to Rachelle Jenkins via email rachelle.jenkins.3@us.af.mil. For
information regarding this solicitation, contact Rachelle Jenkins at (520) 228-3598.
CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS
Atch #: Item Description: Page(s):
1 CLIN Pricing Schedule 1
2 SOW Custom Fabricated Ballast 3
3 Delivery Schedule 1
4 Drawing X202236161 Rev C 4
5 Wage Determination 11
Attachments/Links
Contact Information
Contracting Office Address
- ADMIN ONLY NO REQTN CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
- DAVIS MONTHAN AFB , AZ 85707-3522
- USA
Primary Point of Contact
- Rachelle L Jenkins
- rachelle.jenkins.3@us.af.mil
- Phone Number 5202283598
Secondary Point of Contact
- Patricia Murray
- patricia.murray.6@us.af.mil
History
- Jan 06, 2023 09:58 pm MSTAward Notice (Original)
- Dec 23, 2022 09:56 pm MSTCombined Synopsis/Solicitation (Updated)
- Nov 30, 2022 11:52 am MSTCombined Synopsis/Solicitation (Updated)
- Nov 21, 2022 03:37 pm MSTCombined Synopsis/Solicitation (Original)