SOLICITATION NOTICE
43 -- Air Compressor
- Notice Date
- 5/4/2020 12:41:34 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- W7NG USPFO ACTIVITY MN ARNG LITTLE FALLS MN 56345-4173 USA
- ZIP Code
- 56345-4173
- Solicitation Number
- W50S7F20Q0016
- Response Due
- 5/11/2020 11:00:00 AM
- Archive Date
- 05/26/2020
- Point of Contact
- Christopher Fisher, Phone: 2187887242
- E-Mail Address
-
christopher.c.fisher10.mil@mail.mil
(christopher.c.fisher10.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Mod 1: Added that vendors can quote install, especially if there are warranty concerns. This will be subject to a best value determination by the government if to award install or not. Mod 1: Added answers to questions as clarification in the specifications. 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-04. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 333912 applies to this solicitation; business size standard is 1000 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. The following is needed: Building mounted Air Compressor for high pressure air. To include the compressor itself, three storage cylinders, two 10 foot hoses, regulators, clamps, and relief valves. Install to be handled by government. The purpose of this air compressor is to for filling the high pressure Universal Ammunition Loading System (UALS). Looking for an air compressor with a single phase electric motor that can handle 6000 PSI.�Must include a magnetic starter, hour meter, auto drain, auto pressure switch, gauge panel and filter to process 24,000cu ft of air, in an enclosed sound suppressing cabinet.�Will need three 6+�Cubic Foot 6000 psi storage cylinders (or equivalent). Output is desired at 8 CFM, minimum. There will be 220V power availible. Government will retain electical hookup duties. Air does not have to be filtered. Please provide all literature show how you meet or exceed the above requirements. Preparing and Submitting your Quote: Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery dates. Preferred CLIN structure: CLIN0001: Complete compressor package with delivery CLIN0002: (option) Installation CLIN0003: (if quoting CLIN0002) Manpower Reporting (see Manpower Reporting section for details) All questions and quotes must be directed to 148 Contracting Officer via email at usaf.mn.148-fw.list.msc-personnel@mail.mil. Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 30 days, if possible. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer�s discretion. Place the solicitation number in the subject line of any email. Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, and past performance. All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted. The government will seek 3rd party consumer reviews of quoted items to determine technical ratings. Government will treat quoted options as seperate quotes. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. At the time of evaluation of your quote, your company must have an active status in SAM.gov. Electronic Documents: All electronic documents must NOT be �secured�, �locked�, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. Service Requirements: Manpower Reporting: ""The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mill.� The selected Offeror must comply with the following Clauses, which are incorporated herein by reference: 52.203-3 Gratuities APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct-18 52.204-18 Commercial and Government Entity Code Maintenance Jul-16 52.204-19 Incorporation by Reference of Representations and Certifications. Dec-14 52.204-23 Prohibition on Contracting for Hardware, Software, and Services� Jul-18 52.209-6 Protecting the Government's Interest When� Oct-15 52.212-4 Contract Terms and Conditions--Commercial Items Oct-18 52.212-5 Contract Terms and Conditions Required to Implement Statutes� Aug-19 52.212-5 (Dev) Contract Terms and Conditions� (Deviation 2018-O0021) Aug-19 52.219-28 Post-Award Small Business Program Rerepresentation Jul-13 52.222-19 Child Labor -- Cooperation with Authorities and Remedies Jan-18 52.222-21 Prohibition Of Segregated Facilities Apr-15 52.222-26 Equal Opportunity Sep-16 52.222-36 Equal Opportunity for Workers with Disabilities Jul-14 52.222-50 Combating Trafficking in Persons Jan-19 52.223-5 Pollution Prevention and Right-to-Know Information May-11 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. Jun-16 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving Aug-11 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 52.232-39 Unenforceability of Unauthorized Obligations Jun-13 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-13 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation Apr-84 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB-98 52.252-6 Authorized Deviations In Clauses Apr-84 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 252.203-7001 Prohibition On Persons Convicted of Fraud� Dec-2008 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7006 Billing Instructions OCT 2005 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls Oct-16 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct-16 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May-16 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, Dec-19 252.211-7003 Item Unique Identification and Valuation Mar-16 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous� Sep-2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7000 Buy American--Balance Of Payments Program Certificate-- Basic (Nov 2014) Nov-14 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017 252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic Dec-17 252.225-7048 Export-Controlled Items Jun-13 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Dec-18 252.232-7006� WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS� Dec-18 252.232-7010 Levies on Contract Payments Dec-06 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Jun-13 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea FEB 2019 Provisions 52.203-18� Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation� Jan-17 52.204-7� System for Award Management� Oct-18 52.204-16� Commercial and Government Entity Code Reporting� Jul-16 52.204-17� Ownership or Control of Offeror� Jul-16 52.204-20� Predecessor of Offeror� Jul-16 52.204-22� Alternative Line Item Proposal� Jan-17 52.204-24� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Dec 2019 52.204-26� Covered Telecommunications Equipment or Services-Representation. Dec 2019 52.207-4� Economic Purchase Quantity-Supplies� Aug-87 52.209-11� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law� Feb-16 52.223-22� Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation.� Dec-16 52.225-18� Place of Manufacture� Aug-18 52.225-25� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.� Aug-18 252.203-7005� Representation Relating to Compensation of Former DoD Officials� Nov-11 252.213-7000� Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations� Mar-18 Small Business Set-Aside 52.219-6 Notice Of Total Small Business Set-Aside Nov-11 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation Dec-19
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2da6a17c17844f09acb244881543ebb9/view)
- Place of Performance
- Address: Duluth, MN 55811, USA
- Zip Code: 55811
- Country: USA
- Zip Code: 55811
- Record
- SN05644626-F 20200506/200504230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |