SOLICITATION NOTICE
36 -- Automated Box Maker
- Notice Date
- 9/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333291
— Paper Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- FA4452-11-Q-A061
- Archive Date
- 9/30/2011
- Point of Contact
- Myaleca R. Malone, Phone: 6182569997, Jennifer L Gasparich, Phone: 618.256.9940
- E-Mail Address
-
myaleca.malone@us.af.mil, jennifer.gasparich@us.af.mil
(myaleca.malone@us.af.mil, jennifer.gasparich@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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. The AMC Specialized Contracting Branch intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Parts 12 and 13. This is a 100% small business set-aside. The North American Industry Classification System (NAICS) for this acquisition is 333291, small business size standard of 500 employees. The solicitation number for this announcement is Request for Quote (RFQ) FA4452-10-Q-A061, for one automated box making machine. To be considered a complete quote, vendor must provide either product literature or a statement of how the item they are proposing for this requirement meets or exceeds EACH of the technical specifications. The automated box making machine must meet or exceed the following technical specifications: 1. One Pass operation that does not require the use of a separate slitter 2. Does not require blank to be cut to size before making the box 3. Calculates and shows blank size—all score allowances and top clearances are automatically used 4. Offers quick change cutting blades 5. Five cut/score head option 6. Includes require in-feed and out-feed tables 7. Safety interlocks on all doors with emergency stops at all corners 8. Includes tools needed for operation and manuals 9. One year or 500,000 boxes whichever comes first, parts and labor warrant 10. Comes programmed with a minimum of twenty-five (25) box styles 11. Can store a minimum of 1000 box styles in the memory 12. Price must include delivery/installation and a brief tutorial of equipment operation The following technical specifications also must be met by the proposed equipment: 1. Material (Single Wall / Double Wall); 32 ECT / 450Lb Test 2. Material Width (Maximum / Minimum); 86 in / 6 in 3. Material Length (Maximum / Minimum); 32 FT / 12 in 4. Heat Set-up time (Type / Maximum time); Automatic / 20 Sec 5. Run time (12X12X12 each / Per Hour); 13 sec / 275 6. Box Sixe (Smallest / Largest (multi Part)); 3 X 3 X 3 RCS / 80 x 80 x 80 7. Machine Size (Required Floor Space w/Tables; maximum 150 square feet 8. Electrical (Volts AC / AMPS); 110/120V or 208/230V AC 1/3Phase/maximum 20 AMPS 9. Compressed Air; Between 1 and 5 SCFM at 80-90 P.S.I 10. Operator Screen must be a Touch screen Required Shipping is FOB Destination to Fairchild AFB WA. Total cost shall include all shipping and handling. The delivery schedule for this equipment is listed under delivery information posted to FedBizOpps. All items are required NLT 30 days ARO. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect in the Federal Acquisition Circular 2005-53. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest priced offeror who meets the technical specifications. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification—Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. To view the clauses in full text, visit https://www.acquisition.gov/far/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, applies to this acquisition with the following clauses: FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 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--Central Contractor Registration. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3 Gratuities 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.227-7015 Technical Data--Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea 52.225-1 Buy American Act--Supplies 52.225-2 Buy American Act Certificate. FAR 52.225-2 Buy American Act Certificate. (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (b) Foreign End Products: Line Item No.: Country of Origin: (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (End of Provision) The clause at AFFARS 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 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. Carolyn Choate, HQ AMC/A7K, 507 Symington Dr, Scott AFB, IL 62225-5022, 618-229-0160, e-mail: Carolyn.choate@us.af.mil. 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. Wide Area Workflow procedures shall be used for invoicing and acceptance of this requirement. All offers are due to this agency no later than 4:00 p.m., Central Standard Time (CST), 15 September 2011. Send all offers to the attention of Myaleca Malone, 507 Symington Dr. Rm C200, Scott AFB, IL 62225-5022, or by facsimile to 618-256-5724, or e-mail to myaleca.malone@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-11-Q-A061/listing.html)
- Place of Performance
- Address: 92 LRS/LGRDDC, 400 S. Gate 35 Rd Bldg 2045, Fairchild AFB, WA 99011, Fairchild AFB, Washington, 99011, United States
- Zip Code: 99011
- Zip Code: 99011
- Record
- SN02558975-W 20110903/110902101955-186d6ec8506256650982d110b684315e (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 |