SOLICITATION NOTICE
36 -- Torchmate 5100 Plasma Cutter - Brand Name Procurement - Soliciation Package
- Notice Date
- 7/26/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333515
— Cutting Tool and Machine Tool Accessory Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8224-18-Q-PLAS
- Archive Date
- 8/29/2018
- Point of Contact
- David N. Padgett, Phone: 801-777-2807, Hideo J Mera, Phone: 801-777-4626
- E-Mail Address
-
david.padgett@us.af.mil, hideo.mera.2@us.af.mil
(david.padgett@us.af.mil, hideo.mera.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Product Description and Specification Combined Synopsis Solicitation Combined Synopsis/Solicitation » Torchmate 5100 Plasma Cutter - Brand Name Procurement« (i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii) Solicitation Number: FA8224-18-Q-PLAS This solicitation is issued as a Request For Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-99. (iv) Contracting Officer's Business Size Selection Small Business Set Aside NAICS Code 333515 Small Business Size Standard 500 (v) CLIN Nomenclature UI QTY 0001-AA Torchmate 5100 Plasma Cutter EA 1 0002-AA Training (3 days on-site @ Hill AFB) LO 1 (vi) Description of item(s) to be acquired: The United States Air Force (AF) 309th Maintenance Support Group (MXSG) is seeking to procure one (1) Brand Name Torchmate 5100 Computer Numerical Controlled (CNC) Plasma Table and three days of training in accordance with the product description and specification attached to this solicitation. (vii) Period of Performance and place: • 30 days after receipt of order. • Delivery will be to the 309th MXSG located at Hill AFB • FOB Destination delivery terms shall apply to all orders. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 14 Aug 2018, via electronic mail to david.padgett@us.af.mil a. Provide Cage code when submitting offer (ix) 52.212-2, Evaluation -- Commercial Items (a) 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) Technically Acceptable with the ability to comply with the Product Description and Specificiation (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). The contract will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding agreement without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause. (xii) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) OTHER FAR CLAUSES AND PROVISIONS 52.204-7 System for Award Management. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-13 System for Award Management Maintenance. 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. 52.204-22 Alternative Line Item Proposal 52.207-4 Economic Purchase Quantity-Supplies. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 52.211-17 Delivery of Excess Quantities 52.212-1 Instructions to Offerors- Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-3 Alternate I 52.212-4 Contract Terms and Conditions--Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000. 52.222-26 Equal Opportunity. 52.222-36 Equal Opportunity for Workers with Disabilities. 52.222-50 Combating Trafficking in Persons. 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-System for Award Management. 52.232-39 Unenforceability of Unauthorized Obligations. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-1 Disputes. 52.233-3 Protest after Award. 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes--Fixed Price 52.247-34 F.o.b. Destination. 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference. 52.252-6 Authorized Deviations in Clauses. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management. 252.204.7008 Compliance with Safeguarding Covered Defense Information Controls. 252.204-7011 Alternative Line Item Structure. 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 252.211-7003 Item Unique Identification and Valuation. 252.211-7008 Use of Government-Assigned Serial Numbers 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006 Wide Area WorkFlow Payment Instructions. 252.232-7010 Levies on Contract Payments. 252.243-7001 Pricing of Contract Modifications. 252.244-7000 Subcontracts for Commercial Items. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 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 interested 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Mr. Kevin Flinders AFMC OL_H/PZC 801-777-6549, kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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 (End of clause) (xiii) Additional Contract Requirement or Terms and Conditions: N/A (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to David "Nick" Padgett by email at david.padgett@us.af.mil, NLT 1500 MT, 07 Aug 2018. Offers are due by 1500 MT, 14 Aug 2018, via electronic mail to david.padgett@us.af.mil. (xvi) For additional information regarding the solicitation, contact Nick Padgett at david.padgett@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil. Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation incorporates one or more clauses and/or 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil Attachments: • Product Description and Specification
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-18-Q-PLAS/listing.html)
- Place of Performance
- Address: Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN05007815-W 20180728/180726230823-5d3e2fb2a19a518cb60cb954ce0114b6 (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 |