Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2011 FBO #3555
SOLICITATION NOTICE

34 -- Hydraulic Guillotine Shear - Statement of Work

Notice Date
8/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F3B3E21180A001
 
Archive Date
9/10/2011
 
Point of Contact
Benjamin Shelton, Phone: 01638522185, Christopher Rene Davalos, Phone: 01638 52 2252
 
E-Mail Address
benjamin.shelton@lakenheath.af.mil, christopher.davalos@lakenheath.af.mil
(benjamin.shelton@lakenheath.af.mil, christopher.davalos@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is the Statement of Work to be performed by the contractor upon award. Combined Synopsis/Solicitation RFQ - Hydraulic Guillotine Shear - Reference (F3B3E21180A001) Requesting Agency: 100 Civil Engineer Squadron - 100th CES/CERF RAF Mildenhall, Bury St. Edmunds, Suffolk, United Kingdom IP28 8ND Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Evaluation will be based on the lowest price technically acceptable (LPTA). In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Submit written quotes in reference to Request for Quote (RFQ) reference number F3B3E21180A001. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 333513, Shearing machines, metal forming, manufacturing. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 4 August 2011 and Defense Federal Acquisition Regulation DPN 20110725 effective 25 July 2011. Potential bidders are to provide a quote for the requirement outlined in the Statement of Work (SOW), which is included as an attachment to this solicitation. ***To be considered for award, you or your company must be CCR registered and subsequently enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note that WAWF is the ONLY ACCEPTABLE means of invoicing and payment. Vendors should provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with their quote.*** CLIN 0001 - Hydraulic Guillotine Shear Machine- 1 Each Total Price $/£:__________ Commissioning Engineer, Training, and Delivery ***Salient Characteristics*** CE Infra-red Rear Safety Guard 4 edged cutting blades Finger Guard Machine needs to be able to cut sheets of metal in the following dimensions 2050mm X 6mm Hydraulic motor-pump group arranged at the back of the machine, easily accessible and protected by a sheet Shearing table with a number of square iron blocks, for easy the sheet feed-in Contain 2 under driven cylinders Squaring arm of 1000mm, with scale, T-slot and disappearing stop, attached to the left side of the machine Electro-hydraulic adjustment of the rake angle by push buttons in the control panel Movable foot pedal control Automatic positioning of the back gauge to the pre selected position with digital read-out, stroke control and selection for back gauge retraction Instruction and maintenance manuals Quick blade gap setting by one easily accessible lever at the front of the machine Service tools Tilting sheet hold-downs, pressure of which is independent from the shearing pressure, in order to clamp properly each sheet thickness. These hold downs are arranged more closely on the left and the right hand side to conveniently cut small sheets Warranty Motor powered by 7.5 kW, with requirements 32A trip class C fuses, and 3 Phase plus earth no neutral required Installed by contractor - Area already prepared for unit, and electrical work completed by 100 CES Hydraulic and electric overload protection The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Clauses: 52-204-7 Central Contractor Registration 52.209-6 Protecting Gov't Interests when Subcontracting w/Contractors Debarred, Suspended, or Proposed for Debarment 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items (see addendum below) 52.212-2 Evaluation - Commercial Items 52-212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5* Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicible Law for Breach of Contract Claim 52.237-2 Protection of Gov't Bldgs, Eq, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses *Specifically, the following clauses cited are applicable to this solicitation: 52.222-19 Child Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7002 Required to Inform Employees of Whistleblower Rights 252.204-7004 Alternate A (Required Central Contractor Registration) 252.212-7001* Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief from Import Duty (UK) 252.232-7008 Assignment of claims 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) * Specifically, the following clauses cited are applicable to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.232-7003Electronic Submission of Payment Requests and Receiving Reports. Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9001 Health & Safety on Gov't Installations 5352.225-9004 Submission of Offers in other than US Currency 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To be considered for award, note that you or your company must be CCR registered and subsequently enrolled in WAWF for purpose of invoice/payment if awarded the contract. B. To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph C - Quote Specifics. C. Quote Specifics: All quotes must include the following information: 1. Companies or individual's complete mailing and remittance address on company letterhead. 2. Vendor shall be enrolled in CCR (www.bpn.gov) and WAWF (https://wawf.eb.mil). 3. Discount for prompt payment - if any 4. Quotes shall be quoted in US Dollars ($) or British Pounds (£) and must be valid though 30 September 2011. 5. Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.). 6. Quote shall include a standard product warranty. 7. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 ALT III, for additional direction. 8. All payments made under this contract will either be in US Dollars ($) or British Pounds (£). D. Quotes are due to this office no later than 4:00p.m. Greenwich Mean Time, 26 August 2011. Quotes may be faxed to 01638-52-2189, or sent via e-mail to SrA Benjamin Shelton, benjamin.shelton@lakenheath.af.mil; or the alternate POC, Christopher Davalos, christopher.davalos@lakenheath.af.mil. E. Vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (End Addendum) FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) Award Basis: The Government's evaluation of quotation will fully account for the evaluation factors identified and required under the Addendum to FAR 52.212-1. The evaluation of these factors will utilize the lowest price technically acceptable (LPTA) award basis. Quotes that do not meet the quote specifics will be deemed technically unacceptable, and therefore not considered for award. The Government intends to evaluate quotations and award a contract without exchanges or communications and therefore, quotations should contain the vendor's best terms. (b) Evaluation: Evaluation factors required under 52.212-1 will be evaluated by the Government as follows; i. Price: To evaluate price reasonableness, a comparison will be made amongst all received quotations and the Government's estimate. ii. Technical Qualification: A vendor's quotation will be considered technically acceptable if it meets the requirements detailed in paragraph C of the Addendum to FAR 52.121-1 above. Quotations that do not meet these requirements will be considered unacceptable and therefore, under the LPTA evaluation process will not be considered for award. (c) AWARD DETERMINATION: As a result of the Government's aforementioned evaluation, only those vendors, whose quotes are determined to be technically qualified, and therefore technically acceptable, will be considered for award. No trade-offs will be permitted between price, and the non-price factor of technical capability. Of those vendors found technically acceptable, an award determination will be made to the lowest priced vendor that is determined to be reasonable, realistic, and affordable. (End Provision) FAR 52.212-3 Alt III - Offeror Representations and Certifications--Commercial Items. As prescribed in 212.301(f)(ii), use the following provision: 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) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. If you have any questions or concerns, please contact one of the following: Primary point of contact: Contract Administrator: Benjamin Shelton TEL: 01638-52-2185 or EM: benjamin.shelton@lakenheath.af.mil Secondary Point of contact: Contracting Specialist: Christopher Davalos TEL: 01638-52-2252 or EM: christopher.davalos@lakenheath.af.mil Attachment(s): (Statement of Work)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3B3E21180A001/listing.html)
 
Place of Performance
Address: 100 CES/CEOHS, Bldg 840, RAF Mildenhall, Bury St. Edmunds Soffolk UK IP288ND, Bury St Edmunds, Non-U.S., United Kingdom
 
Record
SN02538878-W 20110819/110818000329-b2c1ce56c4927672e591a8e07c45ceb8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.