Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2012 FBO #3878
SOLICITATION NOTICE

34 -- Orbital Welder - DFARS 252.209.7999

Notice Date
7/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-12-T-6052
 
Archive Date
8/2/2012
 
Point of Contact
Ryan J. Francies, Phone: 7195563843, Mario A. Rodriguez, Phone: 7195566127
 
E-Mail Address
Ryan.Francies@us.af.mil, MARIO.RODRIGUEZ.13@us.af.mil
(Ryan.Francies@us.af.mil, MARIO.RODRIGUEZ.13@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Print, Sign, and return, also copied to end of poted solicitaiton (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation, FA2517-12-T-6052, is being issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. (iv) This procurement is procured as brand name, 100% Small Business Set-Aside. The NAICS code is 333992 and the size standard is 500 employees. A single award will be made as a result of an evaluation of the quotes received. (v) Contract Line Items (CLINS) CLIN 0001: SWS-M200-19-E (Power supply); Quantity: 1 Each CLIN 0002: SWS-8MRH-B (Series 8 weld head, rigid); Quantity: 1 Each CLIN 0003: SWS-M-MTR-B (Motor module); Quantity: 1 Each CLIN 0004: SWS-8MFA-02 (Series 8 fixture, 1/8); Quantity: 1 Each CLIN 0005: SWS-8MFA-04 (Series 8 micro weld head, ¼); Quantity: 1 Each CLIN 0006: SWS-8MFA-06 (Series 8 fixture, 3/8); Quantity: 1 Each CLIN 0007: SWS-8MFA-08 (Series 8 micro weld head, ½); Quantity: 1 Each CLIN 0008: CWS-9MCG (Centering gauge); Quantity: 1 Each CLIN 0009: CWS-8MCG (Cooling Plate for 8 MF weld); Quantity: 1 Each CLIN 0010: CWS-C.040 -.450-P (Electrodes 5/8 14 & 15 MM); Quantity: 10 Each CLIN 0011: CWS-C.040 -.325-P (Electrodes 3/8 10 & 11 MM); Quantity: 10 Each CLIN 0012: CWS-C.040 -.281-P (Electrodes 1/2 12 MM); Quantity: 10 Each CLIN 0013: SWS-Purge-kit (Internal purge kit ¼, 3/8, ½); Quantity: 1 Each CLIN 0014: SWS-232EP-1 (Facing tool 110v US); Quantity: 1 Each CLIN 0015: SWS-232BMB (Facing tool stand); Quantity: 1 Each CLIN 0016: SWS-232-Bit-hst (232EP cutting insets); Quantity: 10 Each (vi) Description of requirement: The products listed above are required for support of the orbital welder that is being requested by the customer. The specifics of this procurement is Swagelok brand name. Parts must be compatible with other existing Swagelok products for full sample purity and integrity. (vii) Delivery date or Period of Performance: Delivery point: Cheyenne Mountain AFS, CO 30 days After Receipt of Order (ARO) FOB Destination (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008), applies to this acquisition. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, Tax ID, and Terms & Conditions shall be submitted with the quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. Multiple offers will not be accepted. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. Award will be made to the lowest priced offeror meeting the technical specifications. To be considered technically acceptable, the quote must reflect the specified requirements of the supplies requested. Contractor shall be an authorized Swagelok reseller/distributor as well as provide certification. Verification will be confirmed with Swagelok prior to award. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2011), applies to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. Submission of a quote must be accompanied by a signed DFARS 252.209-7999 in order to be a considered offeror (See text below for clause). (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jun 2010), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items DEVIATION (Aug 2011), applies to this acquisition. (xiii) The Government will not be providing and contract financing arrangements. Additional warranty requirements inconsistent with customary commercial practices are not necessary for this acquisition. The following FAR Clauses apply to this solicitation: 1. FAR 52.204-7, Central Contractor Registration (FEB 2012) 2. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (FEB 2012) 3. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 4. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) 5. FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 6. FAR 52.219-13, Notice of Set-Aside of Orders (NOV 2011) 7. FAR 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012) 8. FAR 52.222-3, Convict Labor (June 2003) 9. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) 10. FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) 11. FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 12. FAR 52.222-26, Equal Opportunity (Mar 2007) 13. FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) 14. FAR 52.222-50, Combating Trafficking in Persons (FEB 2009) 15. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 16. FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 17. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 18. FAR 52.233-1, Disputes (Jul 2002) 19. FAR 52.233-3, Protest After Award (Aug 1996) 20. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) The following DFARS clauses apply to this solicitation: 1. DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Jan 2009) 2. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DEVIATION (APR 2012) 3. DFARS 252.225-7001, Buy American Act and Balance of Payments Program (OCT 2011) 4. DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (OCT 2011) 5. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 6. DFARS 252.247-7023, Transportation of Supplies by Sea (MAY 2002) The following AFFARS clause applies to this solicitation: 1. AFFARS 5352.201-9101, Ombudsman (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email a7K.wf@afspc.af.mil. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Quotes shall include DUNS Code, CAGE Code, Tax ID, Price Information and Terms and conditions. Quotes shall be submitted in writing no later than 5:00 PM MST, 18 July 2012. Questions regarding this solicitation shall be submitted in writing no later than 5:00 PM MST, 13 July 2012. (xvi) POC for information regarding this solicitation is A1C Ryan J. Francies, phone: (719) 556-3843. Submit your quotes to A1C Ryan J. Francies, phone: (719) 556-3843 via e-mail: Ryan.Francies@us.af.mil or via fax: (719) 556-4538; alternate point of contact is SrA Mario Rodriguez, phone: (719) 556-6127, e-mail: Mario.rodriguez.13@us.af.mil. Please verify receipt of fax. 252.209-7999: Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (Jan 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contrac t with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unlesss the agency has conssidered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is ( ) is not ( ) a corporation that has any unpaid Federal tax liability that has been assesed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is ( ) is not ( ) a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) ___________________________________ Company Name ___________________________________ Name ___________________________________ Title ___________________________________ ____________________ Signature Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-12-T-6052/listing.html)
 
Place of Performance
Address: Cheyenne Mountain AFS, CO, Colorado Springs, Colorado, 80906, United States
Zip Code: 80906
 
Record
SN02795122-W 20120707/120705235528-10137400babd80c5671990ceaedbc36c (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.