SPECIAL NOTICE: This is special notice for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions.The solicitation document FA8604-19-P-2004 is a special notice for award and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-98[SGNCUAA1] Reference the PR solicitation number in the subject line of the RFI response.The associated NAICS code is 511210, small business size standard is: $35MThis requirement is for the following products: See attached Bill of Materials for requirements specifications.OPTION(S) if applicable:Delivery is 30 days After Receipt of Order (ARO).[SGNCUAA2] The provision at 52.212-1, Instructions
to Offerors -- Commercial, applies to this acquisition The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price. 52.212-3, Offeror Representations and Certifications - Commercial Items. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The contracting officer shall insert the provision at 52.209-7, Information Regarding Responsibility Matters, in solicitations where the resultant contract value is expected to exceed $10,000,000.Discretionary use of FAR provisions and clauses. The contracting officer may include in solicitations and contracts by addendum other FAR provisions and clauses when their use is consistent with the limitations contained in 12.302. For example:(1) The contracting officer may include appropriate clauses when an indefinite-delivery type of contract will be used. The clauses prescribed at 16.506 may be used for this purpose.(2) The contracting officer may include appropriate provisions and clauses when the use of options is in the Government's interest. The provisions and clauses prescribed in 17.208 may be used for this purpose. If the provision at 52.212-2 is used, paragraph (b) provides for the evaluation of options.All items must be TAA compliant in accordance with the FAR.DPAS rating is DO-A7.Award was made to the lowest priced, technically acceptable, responsive, responsible offeror. The lowest priced quote was reviewed for technical acceptability. The evaluation process will follow Simplified Acquisition Procedures (SAP) if following FAR 13. Vendors submitting a response to any RFI that includes a requirement for supplies and/or services that have incurred, or that may incur a lapse in maintenance support prior to the award date, shall include as part of its response any applicable reinstatement fee(s).Anticipated Award Date is 10 December 2018.Lt Col Brian Miller has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first be directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at
brian.miller.15@us.af.mil.[SGNCUAA3] Proposals were due by 12:00 PM EST, 30 November 2018. Proposals shall be sent via email to
samantha.phillips.5@us.af.mil.Any questions regarding this acquisition should be directed to Sam Phillips, (937)-255-4409 or by e-mail.Any questions regarding this acquisition should be directed to: Samantha
Phillipssamantha.phillips.5@us.af.mil (937)255-4409