MODIFICATION
34 -- Spot Welder W/Optional Seam Welder - ELIN A001 CDRLs
- Notice Date
- 5/9/2011
- Notice Type
- Modification/Amendment
- NAICS
- 333992
— Welding and Soldering Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3QCCM1069A004
- Point of Contact
- Nola B. Galloway, Phone: (478)926-7290, Craig Polk, Phone: 478-926-9501
- E-Mail Address
-
Nola.Galloway@robins.af.mil, craig.polk@robins.af.mil
(Nola.Galloway@robins.af.mil, craig.polk@robins.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- CLIN 1002 Data ELIN Seam Welder CLIN 0002 Data ELIN Spot Welder The purpose of this amendment is to add the CDRL (DD1423-2) to CLINs 0002 and 1002 (see revised CLINs); and add attachments CDRL A001 (see attached). All Proposals have a due date of5/15/2011. CLIN 0001 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Lot Spot Welder, to include installation, training and warranty. FFP See 52.212-2 for required technical proposal Salient Characteristics of the Spot Welder FOB: Destination PURCHASE REQUEST NUMBER: F3QCCM1069A004 NET AMT CLIN 0002 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Lot Data: Safety Report (See requirements in attached Spot Welder Appendix C). FFP ELIN: A001 Spot Welder, See attached DD1423-2 CDRL Data can be "Not Separately Priced" FOB: Destination PURCHASE REQUEST NUMBER: F3QCCM1069A004 NET AMT OPTION I This option may be exercised anytime prior to 365 days after contract award. CLIN 1001 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 1 Lot OPTION Seam Welder, to include installation, training and warranty FFP See 52.212-2 for required technical proposal Salient Characteristics of the Seam Welder FOB: Destination PURCHASE REQUEST NUMBER: F3QCCM1069A004 NET AMT CLIN 1002 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1002 1 Lot OPTION Data: Safety Report (See requirements in attached Seam Welder Appendix C). FFP ELIN: A001 Seam Welder, See attached DD1423-2 CDRL Data can be "Not Separately Priced " FOB: Destination PURCHASE REQUEST NUMBER: F3QCCM1069A004 NET AMT INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 1001 Destination Government Destination Government CLAUSES INCORPORATED BY FULL TEXT A534 ELECTRONIC RESPONSES ARE AUTHORIZED In accordance with FAR 13.003(f); 14.202-8 or 15.203(c), electronic commerce method to receive proposals, modifications, and revisions is permitted and preferred. Contracting Officer's email address for submissions is Nola.Galloway@Robins.af.mil MINIMUM INSURANCE REQUIREMENTS Reference clause 52.228-5 - In accordance with Para. ("A") therein, the minimum amounts of insurance required are as follows: Employers Liability: $100,000 General Liability: Bodily injury liability coverage written on the comprehensive form of the policy: $500,000 per occurance. Automotive liability: Automobile liability insurance written on the comprehensive form of the policy - The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies of at least $200,000 er person and $500,000 per occurance for bodily injury and $20,000 per occurance for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. CLAUSES INCORPORATED BY REFERENCE 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.217-7 Option For Increased Quantity-Separately Priced Line Item MAR 1989 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside MAY 2004 52.219-28 Post-Award Small Business Program Rerepresentation APR 2009 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-18 Contractor Policy to Ban Text Messaging While Driving SEP 2010 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.211-7003 Item Identification and Valuation SEP 2010 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns SEP 2004 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 CLAUSES INCORPORATED BY FULL TEXT 52.211-8 TIME OF DELIVERY (JUN 1997) (a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE CLIN 0001 Spot Welder; 1 Lot (see salient characteristics for specifics) CLIN 1001 Seam Welder; 1 Lot (see salient characteristics for specifics) Delivery window of 90 Days to 120 Days after Date Contract Award or Exercise of Option. Proposals quoting a delivery earlier than 90 days will be considered unacceptable, as there is a 90 day coordination period to remove the existing equipment. The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE _______________________________________________ Within Days After Date Item No. Quantity of Contract ______________ ______________ ________________ ______________ ______________ ________________ (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. (End of clause) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) (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 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; See 52.212-2 for specific characteristics of welders. (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 offeror shall complete electronically ); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (e) Late submissions, modifications, revisions, and withdrawals of offers: (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (f) Reserved (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. 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. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Reserved (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i) (1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. 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. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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: TECHNICAL Characteristics, Must meet or exceed the following: CLIN 0001 - SPOT WELDER SALIENT CHARACTERISTICS OF THE Spot Welder November 18, 2009 •1. Scope: This section provides the detailed specifications for the following requirement: •1.1. The 402d Maintenance Wing's Welding Shop has a requirement for the acquisition of a Spot Welder. The purchase price shall include the system itself, delivery, all listed accessories, installation, warranty, and training as described below. •1.2. The contractor or vendor shall provide all materials and labor necessary to deliver and install one Spot Welder. All work shall be completed in accordance with this purchase description and subject to the terms of the contract. •2. The Spot Welder shall perform as follows: •2.1. The Brand Name or Equal Spot Welder shall meet or exceed Sciaky Spot Welder model number PMCO.4STR-200-39-5 electric resistance welder with capabilities and accessories identified in this document. Welder manufactured by Sciaky, Inc. 4915 W 67 th Street, Chicago, IL 60638, and Phone number: 708-594-3800 or equivalent. The spot welder will be based on Resistance Welder Manufacturers' Association (RWMA) Standards. •2.2. The resistance Spot Welder will make parts from the following alloys: •2.2.1. Stainless Steel: 321, 347, 308, 304 (0.016 to 0.150 inches) •2.2.2. Titanium: 6Al-4V, 3Al-2.5V (0.016 to 0.125 inches) •2.2.3. Aluminum: 5052, 7075, 2024, 6061 (0.016 to 0.125 inches) •2.3. Welds will conform to MIL-W-6858, and in accordance with the requirements of Military Specification AMS D17.2M. •2.4. The footprint of the Spot Welder shall not exceed 6 feet wide by 10 feet long by 10 feet high. •2.5. The machine will be press type, micro-processor controlled, electric resistance pedestal welder. This specification does not include rocker-arm type resistance welders. •2.6. The throat will be at least 39 inches. •2.7. The stroke will be at least 5.0 inches. •2.8. The welder will be equipped with microprocessor based controls with the capability of multiple weld schedules. •2.9. Electrodes will be water cooled. •2.10. One electronic foot pedal will be provided. •2.11. A three phase transformer shall be rated at least at 200 KVA at 50% duty cycle capable of producing a maximum of 130,000 peak short circuit secondary amperes for a duration of at least 5 cycles without going into saturation. •2.12. An operator pendant will be provided to allow repeat, sequence on/off, weld/no weld, etc functions. •2.13. Variable electrode force will be provided. •2.14. The following parameters will be adjustable: squeeze time, weld time, hold time, and weld current. •2.15. The welder will have the capability to dress the electrode from a button or switch on the machine, not on the foot pedal. •2.16. Electrode tips shall be made of Class I copper for welding Aluminum alloys and a second set of electrode tips shall be made of Class II copper used for welding Stainless Steel. •2.17. Weld force will be at least 10,200 lbs. at 80 psi. •2.18. Control features •2.18.1. NEMA output safety relays •2.18.2. Automatic power factor •2.18.3. Power supply cabinet •2.18.4. Controls shall ensure •2.18.4.1. Each operation cycle or pulse of secondary current shall be uniform in amplitude and time duration •2.18.4.2. Timing control functions shall be programmed in cycles of the line frequency •2.18.4.3. Touch pad switches will be provided to program the timing and counting functions •2.18.5. Micro-computer control system •2.18.5.1. All functions programmed via touch pad •2.18.5.2. Alphanumeric display •2.18.5.3. Store up to at least 75 weld schedules •2.18.5.4. Back-up memory •2.18.5.5. Anti-arching circuitry •2.18.5.6. 32 character display to communicate with operator •2.18.5.7. Functions for force mode, pre-compression, squeeze, preheat, weld, quench, temper, hold, off, cool, heat, heat current adjust, current decay, current decay current adjust •2.18.6. Touch pad switches: weld, repeat •2.18.7. Internal switch adjustments: automatic voltage control, valve delay •2.18.8. SCR contactors: over-current and over-voltage protective circuits •2.18.9. Silicon controlled rectifier •2.19. The welder will be capable of a production rate (number of welds per minute) for the following alloys: •2.19.1. Aluminum: at least 30 per minute •2.19.2. Stainless steel: at least 30 per minute •2.19.3. Titanium: at least 30 per minute •3. Power requirements •3.1. The machine shall operate on 480/3/60 input power. A disconnect shall be provided and be interlocked with any cover doors included with frame. •4. Warranty •4.1. Good for 1 year from installation date or 2,000 work hours •4.2. To include on site service, parts and labor. •5. Incidental Services •5.1. Installation of the Spot Welder, including labor and necessary accessories and optional equipment, shall be included and scheduled in advance with the Government point of contact (POC). The primary POC is Phil Peterson, 402 CMMXSG/MXDQBE, 478-222-4075. The alternate POC is Don Bell, 402 CMMXSG/MXDQBE, 478-222-4066. Installation shall be performed during normal business hours (0700-1545, Monday thru Friday excluding federal holidays) unless approved by the Government POC or his/her designated representative and the Administrative Contracting Officer (ACO). •5.2. Training shall be included in the purchase price and consist of five days of on-site familiarity training after installation and completion of demonstration. •5.3. The contractor shall provide a demonstration of performance capabilities. Upon completion of installation, indicating and recording instruments shall be verified by impressing various predetermined voltages. The instruments shall be verified through their operating range. The Spot Welder and its components shall be prepared for operation according to the manufacturer's operating instruction manual. The machine shall be run to produce the parts. Each part can then be inspected for compliance with specifications. All demonstrations shall be conducted at an ambient temperature of 77 °F (±15 °F) with a relative humidity of 55% (±10%). The instruments and sensing elements used to perform the demonstrations specified for the Spot Welder and instruments shall have been calibrated with standard instrumentation. CLIN 1001 - OPTIONAL SEAM WELDER SALIENT CHARACTERISTICS OF THE Seam Welder November 18, 2009 •6. Scope: This document provides the detailed specifications for the following requirement: •6.1. The 402d Maintenance Wing's Welding Shop has a requirement for the acquisition of a Seam Welder. The purchase price shall include the system itself, delivery, all listed accessories, installation, warranty, and training as described below. •6.2. The contractor or vendor shall provide all materials and labor necessary to deliver and install one Seam Welder. All work shall be completed in accordance with this purchase description and subject to the terms of the contract. •7. The Seam Welder shall perform as follows: •7.1. The Brand Name or Equal Seam Welder shall meet or exceed Sciaky Seam Welder model number PMM.2TCSR-250-39-5 electric resistance welder with capabilities and accessories identified in this document manufactured by Sciaky, Inc. 4915 W 67 th Street, Chicago, IL 60638, and Phone number: 708-594-3800 or equivalent. The Seam welder will be based on Resistance Welder Manufacturers' Association (RWMA) Standards. •7.2. The resistance Seam Welder will make parts from the following alloys: •7.2.1. Stainless Steel: 321, 347, 308, 304 (0.012 to 0.091 inches) •7.2.2. Titanium: 6Al-4V, 3Al-2.5V (0.012 to 0.091 inches) •7.2.3. Aluminum: 5052, 7075, 2024, 6061 (0.014 to 0.081 inches) •7.3. Welds will conform to MIL-W-6858 and in accordance with the requirements of Military Specification AMS D17.2/D17.2M2007. •7.4. The footprint of the Seam Welder shall not exceed 6 feet wide by 10 feet long by 10 feet high. •7.5. The machine will be an electric three phase seam welding machine. •7.6. The throat will be at least 39 inches. •7.7. Control type •7.7.1. The welder will be equipped with microprocessor based controls with the capability of multiple weld schedules •7.7.2. All functions to be programmed with touch pads •7.7.3. Alphanumeric display provides operator/control communication and diagnostic messages. •7.7.4. Desired features: NEMA output safety relays, automatic power factor, store up to at least 75 weld schedules, read out display, photo-optically isolated inputs, electronic memory, water saver circuit, fault display and disables for transformer over temperature, water cooled SCR contactor panel, and automatic voltage compensation circuitry. •7.7.5. Power supply cabinet •7.8. Electrode will be water cooled. •7.9. Water Circuit shall be designed with an inlet water manifold and strainer assembly, closed water drain circuit including sight flow indicators and drain manifold with a single outlet. •7.10. Drive motor and amplifier to provide a continuous adjustable wheel speed of up to 35 inches per minute. •7.11. One electronic foot pedal will be provided. •7.12. An operator pendant will be provided to allow repeat, sequence on/off, weld/no weld, etc functions. •7.13. Variable electrode force will be provided. •7.14. A three phase transformer shall be rated at least at 250 KVA at 50% duty cycle capable of producing a maximum of 120,000 peak short circuit secondary amperes for a duration of at least 5 cycles without going into saturation. •7.15. The following parameters will be adjustable: squeeze time, weld time, hold time, and weld current. •7.16. Electrode wheel will be at least 12 inches in diameter. •7.17. Weld force will be at least 4,000 lbs. at 80 psi. •7.18. The welder will be capable of a production rate (number of feet per minute) for the following alloys: •7.18.1. Aluminum: at least 1.5 feet per minute •7.18.2. Stainless steel: at least 2.5 feet per minute •7.18.3. Titanium: at least1.0 foot per minute •8. Power requirements •8.1. The machine shall operate on 480/3/60 input power. A disconnect shall be provided and be interlocked with any cover doors included with frame. •9. Warranty •9.1. Good for 1 year from installation date or 2,000 work hours •9.2. To include on site service, parts and labor. •10. Incidental Services •10.1. Installation of the Seam Welder, including labor and necessary accessories and optional equipment, shall be included and scheduled in advance with the Government point of contact (POC). The primary POC is Phil Peterson, 402 CMMXSG/MXDQBE, 478-222-4075. The alternate POC is Don Bell, 402 CMMXSG/MXDQBE, 478-222-4066. Installation shall be performed during normal business hours (0700-1545, Monday thru Friday excluding federal holidays) unless approved by the Government POC or his/her designated representative and the Administrative Contracting Officer (ACO). •10.2. Training shall be included in the purchase price and consist of five days of on-site familiarity training after installation and completion of demonstration. •10.3. The contractor shall provide a demonstration of performance capabilities. Upon completion of installation, indicating and recording instruments shall be verified by impressing various predetermined voltages. The instruments shall be verified through their operating range. The Seam Welder and its components shall be prepared for operation according to the manufacturer's operating instruction manual. The machine shall be run to produce the parts. Each part can then be inspected for compliance with specifications. All demonstrations shall be conducted at an ambient temperature of 77 °F (±15 °F) with a relative humidity of 55% (±10%). The instruments and sensing elements used to perform the demonstrations specified for the Seam Welder and instruments shall have been calibrated with standard instrumentation. Technical proposals will be rated on a Pass/Fail basis. Technical proposal must be accepted as "Pass". All acceptable proposals will then be ranked by total price. Proposals must meet delivery requirements set out in 52.211-8 Time of Delivery. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). All offorers must be able to supply both the Spot Welder and Seam Welder. Partial awards will not be made. (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 contract 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. (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) Reserved. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.223-17 AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTS (MAY 2008) (a) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired- (1) Competitively within a timeframe providing for compliance with the contract performance schedule; (2) Meeting contract performance requirements; or (3) At a reasonable price. (b) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/. The list of EPA-designated items is available at http://www.epa.gov/cpg/products.htm. (End of clause) 52.225-1 BUY AMERICAN ACT--SUPPLIES (FEB 2009) (a) Definitions. As used in this clause-- Commercially available off-the-shelf (COTS) item- (1) Means any item of supply (including construction material) that is-- (i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), such as agricultural products and petroleum products. Component means an article, material, or supply incorporated into an end product. Cost of components means-- (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. Domestic end product means-- (1) An unmanufactured end product mined or produced in the United States; (2) An end product manufactured in the United States, if-- (i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or (ii) The end product is a COTS item. End product means those articles, materials, or supplies to be acquired under the contract for public use. Foreign end product means an end product other than a domestic end product. United States means the 50 States, the District of Columbia and outlying areas. (b) The Buy American Act (41 U.S.C. 10a - 10d) provides a preference for domestic end products for supplies acquired for use in the United States. In accordance with 41 U.S.C. 431, the component test of the Buy American Act is waived for an end product that is a COTS item (See 12.505(a)(1)). (c) Offerors may obtain from the Contracting Officer a list of foreign articles that the Contracting Officer will treat as domestic for this contract. (d) The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the solicitation entitled "Buy American Act Certificate." (End of clause) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from WR-ALC/PKO A, Bldg 255, Robins AFB, GA 31098 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 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): http://farsite.hill.af.mil (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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): http://farsite.hill.af.mil (End of clause) 252.212-7000 Offeror representations and certifications- Commercial items. (JUN 2005) (a) Definitions. As used in this clause- (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (JUL 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) (a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when-- (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause) 5352.201-9101 OMBUDSMAN (APR 2010) (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 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, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Ms. Kim McDonald ( Kim.McDonald@robins.af.mil ), WR-ALC/PKC, Bldg 300 West Wing, Robins AFB GA 31098-1611, phone number (478) 472-1088, facsimile number (478) 926-7984. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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. 5352.242.9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [ insert any additional requirements to comply with local security procedures ] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. ROBINS-AB THIS CONTRACT WILL BE PAID BY DFAS-DAYTON. INVOICE(S) SHOULD BE SUBMITTED ELECTRONICALLY IAW DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS, AND WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) INSTRUCTIONS SHOWN BELOW. FOR PROBLEMS OR QUESTIONS REGARDING PAYMENT, CONTACT DFAS-DAYTON AT 800-756-4571, OPTION 2, THEN OPTION 3. YOU CAN CHECK PAYMENT STATUS OF YOUR INVOICE ON THE DFAS WEB SITE AT HTTPS://MYINVOICE.CSD.DISA.MIL/INDEX.HTML. WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests, use of electronic payment requests is mandatory. WAWF-RA is the Department of Defense system of choice for submission of invoices and receipt/acceptance documents. Detailed information regarding WAWF-RA is available on the internet at https://wawf.eb.mil. The following codes will be required to correctly route your document(s) through WAWF-RA. The information (especially the TYPE OF DOCUMENT and DODAAC codes) should be entered exactly as shown below: CONTRACT NUMBER: DELIVERY ORDER NUMBER: TYPE OF DOCUMENT: CAGE CODE: ISSUE BY DODAAC: ADMIN DODAAC: INSPECT BY DODAAC: SERVICE ACCEPTOR / SHIP TO: LOCAL PROCESSING OFFICE: Leave Blank PAY OFFICE DODAAC: After creating the document, select the "ADDITIONAL E-MAIL NOTIFICATIONS" link and enter the following email addresses: CONTRACT ADMINISTRATOR: INSPECTOR: ACCEPTOR: You can access payment information from the DFAS web site at https://myinvoice.csd.disa.mil/index.html Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-05-05 07:24:05">May 05, 2011 7:24 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-05-09 08:50:44">May 09, 2011 8:50 am Track Changes The purpose of this amendment is to add the CDRL (DD1423-2) to CLINs 0002 and 1002 (see revised CLINs); and add attachments CDRL A001 (see attached). All Proposals have a due date of5/15/2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCM1069A004/listing.html)
- Place of Performance
- Address: Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN02443584-W 20110511/110509234916-37510170293970f0c26ba618abc1e8a6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |