SOLICITATION NOTICE
32 -- Sanding Tables - Attach #1
- Notice Date
- 7/11/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #333243
— Sawmill, Woodworking, and Paper Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-17-Q-0332
- Archive Date
- 8/10/2017
- Point of Contact
- Leslie Christoferson, Phone: 315-330-7255
- E-Mail Address
-
Leslie.Christoferson@us.af.mil
(Leslie.Christoferson@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Reps and Certs fill-in 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-17-Q-0332 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20161222. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 333243 and small business size standard of 500 employees. The contractor shall provide the following items detailed on a firm fixed price basis including the cost of shipping FOB Destination. CLIN 0001 Sand Pro Sanding Tables* (or equal) P/N: DL9648 Quantity: 2 EA Specifications: • Table Size: 96" x 48" • 2 - 1½ HP 3-Phase 230V or 460V TEFC motors with motor starter • 4 -110V duplex receptacles • 2 - 16" Backward inclined fans • CFM: 7400 @ 1.5 SP • Air Velocity : 1800 FPM • Filters: 6-20" x 25" x 2" Deep extended surface pleated filters • Grid system top for jigs and fixtures • Sound Level: 80 Decibels • Stainless steel air orbital hanger and magnetic tool hanger • Hinged tilt-up top with gas strut lid support • 2 - shelves • 2 - storage drawers • Rubberized mar-proof top • Forklift accessible * UID LABELS REQUIRED CLIN 0002 Swivel Casters P/N: Casters Quantity: 2 EA (sets of 4) 3" Swivel casters CLIN 0003 Sanding Table Filters P/N: DP20252 Quantity: 2 CS 12 Filters per Case Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated delivery date is 30 Days after receipt of order (ARO). Offerors shall clearly state in their offer any variance from these terms. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM, (Eastern Time) Monday, 26 July 2017. Submit to: AFRL/RIKO, Attn: Leslie Christoferson, 26 Electronic Parkway, Rome NY 13441-4514 or by email to leslie.christoferson@us.af.mil or by facsimile to: 315-330-2555. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. The items listed may be offered on a "brand name or equal basis" pursuant to FAR 52.211-6; part numbers are provided for reference only. The identified items reflect the salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum Government requirement; however the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics of the identified items and it will be considered for technical acceptability. Technical information must be provided in sufficient detail to allow adequate and thorough technical evaluation of the proposed equal solution. The Government is not responsible for obtaining technical information in support of a proposed equivalent solution. (b)(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. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (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. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price (iii) past performance All evaluation factors are of equal importance. The Government intends to award to the lowest priced, technically acceptable offeror with no negative past performance. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the specifications listed in the Description paragraph above. Technical acceptability also includes acceptable past performance. In determining acceptable past performance AFRL/RIKO will independently obtain data from other government and commercial sources in order to consider an offeror's history of compliance with delivery schedules, order support, and general customer satisfaction Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; Alternate I. For your convenience all referenced certifications are attached to this solicitation. (Attachment #1) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside (15 U.S.C. 644) 52.219-28, Post Award Small Business Program Re-representation (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities 52.22-26, Equal Opportunity (E.O. 11246) 52.222-50, Combating Trafficking in Persons (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (E.O. 13513) 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment By Electronic Funds Transfer-System For Award Management (31 U.S.C. 3332) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.211-6, Brand Name or Equal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Section 847 of Pub. L. 110-181) 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-0001, Line Item Specific: Single Funding 252.204-7011, Alternative Line Item Structure 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003, Item Identification and Valuation 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7000, Buy American--Balance of Payments Program Certificate (41 U.S.C. chapter 83, E.O 10582) 252.225-7001, Buy American and Balance of Payments Program (41 U.S.C. chapter 83, E.O 10582) 252.225-7031, Secondary Arab Boycott of Israel 252.227-7015, Technical Data--Commercial Items (10 U.S.C. 2320) 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227) 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.239-7017, Notice Of Supply Chain Risk 252239-7018, Supply Chain Risk 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea - Basic (10 U.S.C. 2631(a)) 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Kimberly L. Yoder, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-255-4967, email: kimberly.yoder@us.af.mil. The following additional terms and conditions apply: Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below: For proposed Contract Line Item Numbers (CLINs) with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification. (A)LABEL: If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-17-Q-0332 /listing.html)
- Place of Performance
- Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, Rome, New York, 13440, United States
- Zip Code: 13440
- Zip Code: 13440
- Record
- SN04575077-W 20170713/170711235528-a552f00b25e3d3c93a47b2381ff2d440 (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 |