Skip to main content

An official website of the United States government

You have 2 new alerts

Metrascan Services - Sole Source to Creaform, Inc.

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: Sep 19, 2023 05:24 pm EDT
  • Original Date Offers Due: Oct 05, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 20, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J052 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Hill AFB , UT 84056
    USA

Description

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.

  1. 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

Contact Information

Contracting Office Address

  • CP 801 777-8958 6038 ASPEN AVE BLDG 1289
  • HILL AFB , UT 84056-5805
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Oct 20, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Original)