Combined Synopsis/Solicitation
METCO Thermal Spray Equipment
SOLE SOURCE TO Oerlikon Metco (US) Inc
(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: FA8227-22-Q-METC
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 2022-01.
(iv) Contracting Officer's Business Size Selection Sole Source
NAICS Code 811219
Small Business Size Standard $22,000,000
(v) CLIN Nomenclature UI QTY
0001-AA Maintenance & Calibration Services LOT 1
0002-AA Parts for repair of Metco Thermal Spray LOT 1
(vi) Description of item(s) to be acquired:
The United States Air Force (USAF) 309th Maintenance Support Group (MXSG) has a requirement for a service contract to maintain Flame Spray Equipment manufactured by Oerlikon Metco (US) Inc. The services shall consist of annual calibration, telephone support, repairs, parts, and functional test. The contractor shall provide personnel, support equipment, and documentation necessary to fulfill these requirements.
(vii) Period of Performance and place:
Hill Air Force Base, Utah
Estimated 12 Jan 2022 to 11 Jan 2027
FOB Destination
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 28 Dec 2021, via electronic mail to lesta.simmons@us.af.mil
a. Provide Cage code when submitting offer
(ix) 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 PWS
(b) Evaluation is on 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). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). 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 agreement 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) 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.
(xi) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019)
OTHER FAR CLAUSES AND PROVISIONS
52.204-7 System for Award Management.
52.204-13 System for Award Management Maintenance.
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications.
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-22 Alternative Line Item Proposal
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.
52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations.
52.219-6 Notice of Total Small Business Set-Aside.
52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside.
52.219-28 Post-Award Small Business Program Rerepresentation.
52.222-3 Convict Labor
52.222-17 Nondisplacement of Qualified Workers
52.222-21 Prohibition of Segregated Facilities.
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
52.223-5 Pollution Prevention and Right-to-Know Information
52.223-10 Waste Reduction Program.
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
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
52.237-1 Site Visit.
52.237-2 Protection of Government Buildings, Equipment, and Vegetation.
52.247-34 F.o.b. Destination.
52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form).
52.252-1 Solicitation Provisions Incorporated by Reference.
52.252-2 Clauses Incorporated by Reference.
52.252-6 Authorized Deviations in Clauses
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 Alternate A, System for Award Management
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 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
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 AFMC OL_PZC 801-777-6549, Melinda.schmidt@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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."
(end of clause)
(xii) Additional Contract Requirement or Terms and Conditions:
N/A
(xiii) Defense Priorities and Allocations System (DPAS):
N/A
(xiv) Proposal Submission Information:
All questions or comments must be sent to Lesta Simmons by email at lesta.simmons@us.af.mil, NLT 1500 MT, 22 Dec 2021. Offers are due by 1500 MT, 28 Dec 2021, via electronic mail to lesta.simmons@us.af.mil.
(xv) For additional information regarding the solicitation, contact Lesta Simmons at lesta.simmons@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil.
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.
This solicitation incorporates one or more clauses and/or 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. Also, the full text of a clause may be accessed electronically at this/these address(es):
Acquisition.gov
Attachments:
Performance-Based Work Statement
Single Source Justification