SOLICITATION NOTICE
71 -- Vertical Carousel - Statement of Work (SOW)
- Notice Date
- 12/4/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9302-18-P-F003
- Archive Date
- 12/26/2017
- Point of Contact
- Guillermo Martinez, Phone: 6612770247
- E-Mail Address
-
guillermo.martinez.3@us.af.mil
(guillermo.martinez.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOW (Dated 30 Nov 2017) Combined Synopsis/Solicitation - FA9302-18-P-F003 This is a combined synopsis/solicitation for commercial services prepared IAW 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 an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-95, Air Force Federal Acquisition Circular (AFAC) 2017-1003 and Defense Acquisition Regulation System's (DFAR) Change Notice (DPN) 20161222. The full text of a solicitation provision may be accessed electronically at this/these address: http://farsite.hill.af.mil/ NAICS is 337215: Showcase, Partition, Shelving, and Locker Manufacturing. This is a commercial acquisition with Full and Open Competition. The Air Force Test Center (AFTC), located at Edwards Air Force Base, CA is soliciting three vertical carousels by Brand Name specific or equal, installation IAW SOW dated 30 Nov 2017, and related equipment. Technical Specifications/Requirements: A. Motorized wire storage system vertical carousel to store, retrieve and dispense various ranges of wire; Manufacturer: Vidir; Part Number: W39123-0734-06; 1 each : - Electrical: 208/230 V, 15 amp, 60 Hz, 3 Phase. - Overall Capacity: 13,000 lbs. - Carrier Capacity: 1,000 lbs. - Must fit in the following limited space: 11'H x 9'W x 6'3"D B. Related Equipment for Motorized wire storage system vertical carouse (P/N W39123-0734-06): - Wire dolly to transfer wire spools to and from carousel which can handle spools sizes up to 24 in. diameter, 1 each. - Spinner Spool with rods assembly, 1 each. - Hanger meter slider assembly, 1 each. C. Motorized fully enclosed vertical carousel with storage pans; Manufacturer: Vidir; Part Number: P2418-12-120; 2 each : - Electrical: 208/230 V, 15 amp, 60 Hz, 3 Phase. - Overall Capacity: 13,000 lbs. - Carrier Capacity: 750 lbs. - Must fit in the following limited space: 14'6"H x 13'W x 6'6"D - Lockable (with key) bi-parting security gate that prevents unauthorized access D. Freight and Installation for above vertical carousels. Place of delivery and acceptance shall be at Edwards Air Force Base, CA 93524. Requested delivery shall be 24 Jan 2018. If this delivery schedule cannot be met, the contractor must specify the proposed delivery schedule in the quote. Interested parties who believe they can meet all the requirements for the equipment described in this synopsis are invited to submit in writing a complete quote. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis/solicitation. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). 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: •i. Price •ii. Technical capability of the offer to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. The following provisions and clauses apply: Source Provision (P) Clause (C) Clause/ Provision Title Date FAR P 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements -Representation Jan 2017 FAR C 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Jan 2017 FAR C 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR P 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 FAR C 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 FAR C 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR C 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR C 52.211-6 Brand Name of Equal Aug 1999 FAR P 52.212-1 Instructions to Offerors -- Commercial Items Jan 2017 FAR P 52.212-2 Evaluation -- Commercial Items Oct 2014 FAR P 52.212-3 Offeror Representations and Certifications -- Commercial Items Jan 2017 FAR C 52.212-4 Contract Terms and Conditions -- Commercial Items Jan 2017 FAR C 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Jan 2017 FAR C 52.219-28 Post-Award Small Business Program Rerepresentation Jul 2013 FAR C 52.222-3 Convict Labor Jun 2003 FAR C 52.222-19 Child Labor-Cooperation with Authorities and Remedies Oct 2016 FAR C 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR C 52.222-26 Equal Opportunity Sep 2016 FAR C 52.222-36 Equal Opportunity for Workers With Disabilities Jul 2014 FAR C 52.222-50 Combating Trafficking in Persons Mar 2015 FAR C 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR C 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). Jun 2008 FAR C 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management Jul 2013 FAR C 52.232-40 Providing Accelerated payments to Small Business Subcontractor Sep 2011 FAR C 52.239-1 Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). AUG 1996 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/ FAR C 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/ DFARS C 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS P 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS P 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct 2016 DFARS P 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS C 252.204-7012 Safeguarding Covered Defense Information and Cyber incident Reporting Oct 2016 DFARS C 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May 2016 DFARS C 252.211-7003 Item Unique Identification and Valuation Mar 2016 DFARS C 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS P 252.225-7000 Buy American--Balance of Payments Program Certificate Nov 2014 DFARS C 252.225-7001 Buy American and Balance of Payments Program Dec 2016 DFARS C 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS C 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013 DFARS C 252.232-7010 Levies on Contract Payments Dec 2006 DFARS C 252.239-7018 Supply Chain Risk Oct 2015 DFARS C 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS C 252.246-7008 Sources of Electronic Parts Aug 2016 DFARS C 252.247-7023 Transportation of Supplies by Sea Apr 2014 Offers are due no later than 11 December 2017 at 4:00 PM./PST. at: Air Force Test Center, Directorate of Contracting 5 South Wolfe Avenue, Building 2800 Edwards AFB, CA, 93524 All offers are to be sent via email to: Contract Specialist: Guillermo Martinez Email: guillermo.martinez.3@us.af.mil Phone: (661) 277-0247
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-18-P-F003/listing.html)
- Place of Performance
- Address: Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04755434-W 20171206/171204230703-652cdacd3f9f4e1c56f950ae5e5c6a99 (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 |