MODIFICATION
49 -- Aircraft Parts Washer
- Notice Date
- 9/18/2019
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- 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
- F1M3X59213AW01
- Point of Contact
- Warren David Jenkins, Phone: 8439633310, Bryan Coppage, Phone: 8439633327
- E-Mail Address
-
warren.jenkins.2@us.af.mil, bryan.coppage@us.af.mil
(warren.jenkins.2@us.af.mil, bryan.coppage@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- REQUEST FOR QUOTATION (RFQ) Aircraft Parts Washer F1M2X59213AW01 The 628 th Contracting Squadron is soliciting quotations on the item(s) listed below. Please complete this form and submit your offer to: Attn: A1C Warren Jenkins Tel No: (843) 963-3310 E-mail: warren.jenkins.2@us.af.mil SALIENT CHARACTERISTICS REQUIREMENT LISTING FOR AIRCRAFT PARTS WASHER •· Environmentally safe with a closed-loop, zero discharge design to meet EPA and OSHA Regulations •· Internal manifold with 20 oscillating high impact nozzles with a blasting velocity of 150 ft/sec (or equivalent PSI) and any temperature between 140-200 degrees F at non-synchronous to turn table. •· Solution maintenance devices for heavy degreasing with automatic Oil Skimmer and Sludge Surface Scraper preventing contamination between aircraft bearings and wheels •· Stainless steel thermal and noise reduction insulation enclosed cabinet at 3/16" thick •· Built-in automatic fresh water rinsing device with built-in flash drying capability •· 1000 lb. table load capacity at 30-inches in diameter with a 32-inch working height •· Internal solution reservoir capacity of at least 130 gallons and sludge capacity of 37 gallons •· Chemical resistant two part 3-mil epoxy coating •· High efficiency rated pumping system capable of 20 hours continuous duty without overheating •· Programmable control that includes wash cycle timer, automatic reset, electronic water level control and refill, and low level shutoffs •· Corporation able to provide certified technician to provide familiarization, preventive maintenance and utilization training on all parts washing and support equipment ITEM # SUPPLIES/SERVICES GSA ITEM (Y/N) QTY U/I Unit Price Extended Amount 0001 437 MXS AIRCRAFT PARTS WASHER (Contractor is to provide/fabricate/deliver/install all materials needed for full inspection and operation of Aircraft Parts Washer.) 1 EA RFQ Responses Due: 20 September 2019 at 2:00 P.M. EST Set-aside: Small Business NAICS: 811310 Size Standard: 7.5 M Vendor Name: _____________________________________________________________________________ Address: _________________________________________________________________________________ Phone: _____________________________________ Fax: ____________________________________ Quoted by: _________________________________ Title: ____________________________________ Delivery: ___________________________________ Warranty: _________________________________ Cage Code: _________________________________ Duns: _____________________________________ Tax ID: ____________________________________ E-mail: ____________________________________ Business Size: ___________________ __________ Discount Terms: _____________________________ FOB: Destination __________ Need By: 30 Days ARO______________________ GSA Schedule #:_____________________________ Date Quoted: ________________________________ *The following additional clauses are applicable to this procurement (not all inclusive): COMBINED SYNOPSIS/SOLICITATION ELECTRONIC FILING & STORAGE SYSTEM IAW FAR 12.603 (C) (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 requested and a written solicitation will not be issued. (ii) The synopsis/solicitation reference number is F1M2X59213AW01 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2018- 01, effective 20 Dec 2018. (iv) This acquisition is solicited on an unrestricted basis under NAICS code 811310 with a size standard of $ 7.5 M (v) Contractor shall submit a quote for all equipment necessary for the purchase of one Aircraft Parts Washer for the 437 th MXS at Joint Base Charleston, South Carolina. All responsible sources may submit a quote, which shall be considered. (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 Items (viii) FAR 52.212-2, Evaluation - Commercial Items 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 capability of the item offered to meet the Government requirement. 3. The Government will award a contract to the lowest priced technically acceptable offer. (ix) 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. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial FAR 52.204-7, System for Award Management FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV) FAR 52.232-1, Payments FAR 52.232-33, Payment by Electronic Fund Transfer- System for Award Management DFARS 252.204-7004 Alt A, System for Award Management Alternate A 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 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (WAWF instructions provided at time of award) DFARS 252.232-7006, Wide Area Workflow Payment Instructions AFFARS 5352.201-9101 Ombudsman 5352.201-9101 OMBUDSMAN (APRIL 2014) (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 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225-5022, 618-229-0267, fax 618- 256-5724, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICC/AFISRA/SMC ombudsman levels, 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) 256-2395, 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)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3X59213AW01/listing.html)
- Place of Performance
- Address: JB Charleston, Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN05449037-W 20190920/190918230847-1bca455f017fb7300b22469adf1f10e4 (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 |