SOLICITATION NOTICE
34 -- CNC Plasma Cutter - Statement of Work - Request for Quotation
- Notice Date
- 8/30/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333515
— Cutting Tool and Machine Tool Accessory Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA4418-18-Q-0124
- Archive Date
- 9/28/2018
- Point of Contact
- Joseph C. Alexander, Phone: 8439637744
- E-Mail Address
-
joseph.alexander.13@us.af.mil
(joseph.alexander.13@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quotation Statement of Work Combined Synopsis/ Solicitation for commercial items (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) This solicitation/synopsis reference number is FA4418-18-Q-0124 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 effective 22 August 2018. (iv) This acquisition is set-aside 100% for Small Business. The NAICS code is 333515 with a size standard of 500 employess. (v) Contractors shall submit a quote for the supply, installation, training, and delivery of one (1) CNC Plasma Cutter [Item 0001]. (vi) At a minimum, the plasma cutter and accessories shall possess the following specifications: a. Automatic height detection b. Unit must be a minimum 5'0"x10'0" c. X, Y, and Z axes control & motor operation d. Unit must include CAD-Cam Express or equivalent software e. Unit must include a user's manual, power cords, and other support components f. Maximum table capacity 1.5" g. Unit must be able to perform bevel cutting h. Unit must include a water table i. Minimum 1 year warranty j. Vendor shall provide delivery, installation, and training A firm fixed price contract is contemplated. (vii) Location: FOB Destination NAVCONBRIG 1050 Remount Rd Bldg 3107 Joint Base Charleston, South Carolina (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil ). FAR 52.212-1, Instructions to Offerors - Commercial. Offerors shall submit sufficient product data to allow the government to evaluate the offered product as technically acceptable. Vendors shall submit sufficient product information to support the vendor proposes to deliver the required product. (ix) 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 and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Price - The Government will evaluate the total price of the offer for award purposes. 2. Technical - Technical acceptability of the product offered to meet the Government requirement. All contractors shall submit information sufficient to allow the Government to evaluate and determine whether the offered product is acceptable. The Government will award a contract to the lowest priced technically acceptable offer. The Government shall rank all proposals according to price. Beginning with the lowest price proposal, the offeror whose proposal represents the lowest proposed price will be evaluated for technical acceptability. Once the lowest priced proposal is evaluated as technically acceptable, that offeror represents the best value to the Government and the evaluation process will end. If the lowest priced proposal is evaluated as technically unacceptable, the Government will proceed to the next lowest priced offer and evaluate for technical acceptability. This process will continue until the lowest priced proposal is evaluated as technically acceptable. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, 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), applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: FAR 52.222-21, Prohibition Of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers With Disabilities FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management FAR 52.233-2 Protest after Award (Aug. 1996) (xiii) The following additional clauses are applicable to this procurement. FAR 52.202-1, Definitions FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity code Reporting FAR 52.204-17, Ownership or Control of Offeror FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-19, Incorporation by Reference of Representations and Certifications FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation FAR 52.209-10, Prohibition on contracting with Inverted Domestic Corporations FAR 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.215-5, Facsimile of Proposals 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 52.222-41 -- Service Contract Labor Standards FAR 52.222-50, Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. FAR 52.228-5 Insurance-Work on a Government Installation FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate AFFAR 5352.201-9101 OMBUDSMAN (JUN 2016) AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 13 September 2018 no later than 2:00 PM EST. Requests should be marked with solicitation number FA4418-18-Q-0124. (xvi) Address questions to 2d Lt Joseph Alexander, Contracting Specialist, at (843) 963-7744, fax (843) 963-5183, email 628CONS.LGCAT3.ContractProposals@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-18-Q-0124/listing.html)
- Place of Performance
- Address: NAVCONBRIG, 1050 Remount Road, Joint Base Charleston, Charleston, South Carolina, 29406, United States
- Zip Code: 29406
- Zip Code: 29406
- Record
- SN05064475-W 20180901/180830231453-326f90bad1d288cd0bb19f94763efebf (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 |