Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2024 SAM #8298
SOLICITATION NOTICE

69 -- Virtual Reality Welding System

Notice Date
8/14/2024 6:55:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
W7NR USPFO ACTIVITY NYANG 105 NEWBURGH NY 12550-5042 USA
 
ZIP Code
12550-5042
 
Solicitation Number
W50S8D-24-Q-111C
 
Response Due
8/28/2024 7:00:00 AM
 
Archive Date
09/12/2024
 
Point of Contact
Kevin Fenner, Phone: 8455632832
 
E-Mail Address
kevin.fenner.1@us.af.mil
(kevin.fenner.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This requirement is currently unfunded. CLIN 0001 - Requirement is for a Virtual Reality Welding System compliant with T.O. 00-25-252.�The Virtual Welder must ensure compliance with certification standards on five different base metals, including steel, stainless steel, Inconel, aluminum, and titanium. Special Requirements/Salient Characteristics: The virtual welder must be equipped for aerospace welding requirements on the following base metals: Steel, Stainless Steel, Inconel, Aluminum, and Titanium to achieve certification, the virtual welder must be capable of passing the following welding positions on the specified base metals: 2G (Horizontal), 3G (Vertical), 5G (Inclined). Additionally, the virtual welder should be capable of achieving 6G (Overhead) welding positions on all five base metals, ensuring comprehensive coverage and adherence for training on certification requirements. Our goal is to acquire a comprehensive and effective training platform that supports the certification and skill development of aerospace welders, ensuring high standards of quality and performance in the industry. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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) Technical Capability Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the Government will determine whether the price is reasonable, complete and not unbalanced. Quotes must include cutsheet product information on the proposed equipment to allow the government to determine technical merit. �This may include descriptive product literature, technical information, spec sheets, etc., which clearly indicates the products offered meet the Government's minimum requirements. Failure to provide this information will render the quote non-responsive and will be removed from further award consideration. Award will be made to the lowest priced quote that provides sufficient explanation/documentation to demonstrate their ability to conform to the requirements listed in CLIN 0001. Quotes are due no later than 10:00M EST, 28 August 2024. If there are any questions regarding this requirement, please contact Mr. Kevin Fenner by email: kevin.fenner.1@us.af.mil. In accordance with FAR 4.1102(a) - Offerors and quoters are required to be registered in SAM at the time an offer or quotation is submitted. To register with SAM, log on to https://www.sam.gov. The following provisions/clauses are applicable to this procurement: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation; FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-16 Commercial and Government Entity Code Reporting; 52.204-22 Alternative Line Item Proposal; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services- Representation; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-41 Service Contract Labor Standards; 52.222-50 Combating Trafficking in Persons; FAR 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-40 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 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7011 Alternative Line Item Structure; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013); DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation; DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation; DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.204-7024 Notice on the Use of the Supplier Performance Risk System; DFARS 252.225-7031 Secondary Arab Boycott of Israel; DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation; DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.244-7000 Subcontracts for Commercial Items; Full text clauses may be accessed electronically at https://www.acquisition.gov/. 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f2b7b51bb349418ca92fd93ca0698ef1/view)
 
Place of Performance
Address: Newburgh, NY 12550, USA
Zip Code: 12550
Country: USA
 
Record
SN07170508-F 20240816/240814230118 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.