SOLICITATION NOTICE
49 -- Solvent Parts Washer - Solvent Parts Washer Quote Sheet
- Notice Date
- 4/30/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 104 MSG/MSC, MA ANG, BARNES ANG BASE, 175 FALCON DRIVE, WESTFIELD, Massachusetts, 01085-1385, United States
- ZIP Code
- 01085-1385
- Solicitation Number
- W912SV-18-R-5006
- Archive Date
- 6/2/2018
- Point of Contact
- Sarah A. Sinclair, Phone: 4135721549, Kyle Kiepke, Phone: 413-572-1593
- E-Mail Address
-
sarah.a.sinclair.mil@mail.mil, kyle.d.kiepke.mil@mail.mil
(sarah.a.sinclair.mil@mail.mil, kyle.d.kiepke.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solvent Parts Washer Quote Sheet 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. Solicitation number W912SV-18-R-5006 is hereby issued as a Request for Quote (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, 02 July 2015 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20150626. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is 100% small business set aside and restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) 325998; Small Business Standard is 500 Employees. Description of Requirement (Products quoted must meet or exceed what is requested): The Massachusetts Air National Guard located at Barnes MAP, Westfield, MA is in need of: CLIN 0001: (QTY 1/EA) -- Parts Washer, MFG: System One Part: 571S Salient Characteristics: Single Unit sink, solvent distribution and catch system used to wash parts. Size is critical: between 36-39" Wide, 27-29" deep 68-70" total clearance from top of open vent hood. Catch basin must capture spent solvent for recycling and have a built in recycling function - see tank descriptions Power requirements critical: 115 VAC,11.9 AMPs, 60 Hz Suggested Capacity that will meet our need: Reservoir capacity: 5 gal, distillation tank capacity : 15 gal, Pure solvent reservoir capacity: 30 gal. BRAND NAME OR EQUAL CLIN 0002: (QTY 1/EA) - Shipping CLIN 0003 (QTY 1/EA) - Parts Washer, MFG: System One Part: 501S Salient Characteristics: Single Unit sink, solvent distribution and catch system used to wash parts. Size is critical: between 30-33" Wide, 25-27" deep 66-68" total clearance from top of open vent hood. Catch basin must capture spent solvent for recycling and have a built in recycling function - see tank descriptions Power requirements critical: 115 VAC,11.9 AMPs, 60 Hz Suggested Capacity that will meet our need: Reservoir capacity: 5 gal, distillation tank capacity : 15 gal, Pure solvent reservoir capacity: 30 gal. BRAND NAME OR EQUAL CLIN 0004: (QTY 1/EA) - Shipping *CLIN 0005 (QTY 1/EA) -- Parts Washer, MFG: System One Part: 571S Salient Characteristics: Single Unit sink, solvent distribution and catch system used to wash parts. Size is critical: between 36-39" Wide, 27-29" deep 68-70" total clearance from top of open vent hood. Catch basin must capture spent solvent for recycling and have a built in recycling function - see tank descriptions Power requirements critical: 115 VAC,11.9 AMPs, 60 Hz Suggested Capacity that will meet our need: Reservoir capacity: 5 gal, distillation tank capacity : 15 gal, Pure solvent reservoir capacity: 30 gal. BRAND NAME OR EQUAL *CLIN 0006: (QTY 1/EA) - Shipping *CLIN 0005 and 0006 is a potential purchase, at time of advertisement no funds are available. Note: The Federal Government is exempt from sales tax, please do not include in quote Note: All items are brand name or equivalent Equal products will be considered. A firm fixed price contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. Minimum essential characteristics must be met to qualify as technically acceptable. Delivery requirement: 60 days ARO, FOB Destination to Barnes MAP, 175 Falcon Drive, Westfield, MA, 01085-1482. Quote Information: Telephone quotes will not be accepted. Quotes must be submitted and received no later than 2:00 PM Local, 18 May 2018 via email to the contact information listed below. Contact Information: Sarah Sinclair, 413.572.1549; sarah.a.sinclair.mil@mail.mil Alternate Contact Information: SMSgt Kyle Kiepke; 413.572.1593; kyle.d.kiepke.mil@mail.mil SAM Registration: Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code as identified above. Vendors may register at: http://www.sam.gov. Please contact the 104th Contracting Office if you require assistance at the number above. PROVISIONS AND CLAUSES: Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be registered with SAM prior to contract award at: http://www.sam.gov. Contractors must be register through Wide Area Work Flow (WAWF) at http://wawf.eb.mil to submit electronic payment invoices. FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items quote mark all or none quote mark is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-15, Energy Efficiency in Energy-Consuming Products FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE https://www.acquisition.gov/browsefar DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award in DFARS 252.232-7006) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically. The electronic means for the DoD is iRAPT (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.232-7006 Wide Area Work Flow.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-2/W912SV-18-R-5006/listing.html)
- Place of Performance
- Address: Barnes ANG, 175 Falcon Dr, Westfield, Massachusetts, 01085, United States
- Zip Code: 01085
- Record
- SN04905461-W 20180502/180430230928-b0084ff3cd6e13998fff48934d1cafc1 (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 |