SOLICITATION NOTICE
34 -- Ultrasonic Firearm Cleaning System
- Notice Date
- 9/10/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-08-T-0144
- Archive Date
- 10/1/2008
- Point of Contact
- Daniel D. Moline,, Phone: 719-333-8266, Diana South,, Phone: 719-333-8650
- E-Mail Address
-
Daniel.Moline@usafa.af.mil, Diana.Myles-South@usafa.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-08-T-0144, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26, effective June 12, 2008. The North American Industrial Classification System (NAICS) number is 333319 and the business size standard is 500 employees. The proposed acquisition is unrestricted. All responsible sources may submit a response, which if received timely, will be considered by 10 MSG/LGCB. 0001: 2 ea; Ultrasonic Cleaning Tank. Brandname or equal to the Crest Ultrasonic F1236Ht-DW. "An equal" models must be in compliance with the following salient characteristics: 1. Heated tank 2. Heavy duty full size weapon rack, 11" x 35" 3. Hanging brackets 4. capped filtration system ports 5. timer and cover 0002: 2 ea; Ultrasonic Lube Station Brandname or equal to the Crest Ultrasonic F1236DW-NL. "An equal" models must be in compliance with the following salient characteristics: 1. Non-heated tank 2. Heavy duty, double wide weapon rack 11"x35" 3. Rack hanging brackets 4. Timer and Cover. 0003: 2 ea; Filtration System. Brandname or equal to the Crest Ultrasonic PF-8B. "An equal" models must be in compliance with the following salient characteristics: 1. Pump 2. Pre-pump basket strainer 3. Bag filter housing and reusable high capacity bag filter for high volume applications 4. Standard and hazmat filters 5. hose connect kit for attachment to above ultrasonic tanks. 0004: 2 ea; micron re-usable bag filter Brandname or equal to the Crest Ultrasonic PF-8B1FIL. "An equal" models must be in compliance with the following salient characteristics: 1. 1 Micron 2. Re-usable bag filter 3. For use with Filtration System listed in line item 0003 0005: 20 gl; Firearm Cleaning Concentrate Brandname or equal to the Crest Firearm Cleaning Concentrate CC235. "An equal" models must be in compliance with the following salient characteristics: 1. Use 6 oz./gal 0006: 36 gl; Lubricant (use full strength) Brandname or equal to the Crest Firearm Lubricant CC400L. "An equal" models must be in compliance with the following salient characteristics: 1. Gallon size 2. Use Full Strength 0007: 4 ea; Accessory tray and shelf Brandname or equal to the Crest Ultrasonic 1236CART-D. "An equal" models must be in compliance with the following salient characteristics: 1. Stainless Steel Rolling Cart 2. Accessory Tray and Shelf 3. Four post dual shelf contraction 4. 16 ga. Stainless steel 0008: 4 ea; Small Parts Basket Brandname or equal to the Crest Ultrasonic SPB. "An equal" models must be in compliance with the following salient characteristics: 1. 2"x2'x6" 2. stainless steel 3. hinged lid 0009: 2 ea; 100 micron bag filter Brandname or equal to the Crest Ultrasonic PF-8B100FIL. "An equal" models must be in compliance with the following salient characteristics: 1. 100 micron filter 2. Reusable bag 3. For use with the Filtration System (line item 0003) Delivery Requirement; FOB for this RFQ is Destination. The deliver date required is 31 October 2008. These products must comply with the Buy American Act (100% manufactured in the USA; and at lease 51% of the cost of materials made, fabricated, purchased must be Made in the USA). The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: 1. Addendum to FAR 52.212-1(e) Multiple Offers is amended as follows: Multiple offers will not be accepted. 3. Addendum to FAR 52.212-1 (h) Multiple Awards is amended as follows: The Government will award a contract on an all or none basis, multiple awards shall not be contemplated. 4. Evaluate all quotes who meets the salient characteristics as shown in the bid schedule of this solicitation on a pass or fail basis. 6. Evaluate price reasonableness of all proposals who meets the salient characteristics (Passed) and then rank by total evaluated price. 7. The Offeror of an "or equal item" must submit data that adequately demonstrates that its product meets the salient characteristics of the solicitation. A general statement of compliance or restatement of the salient characteristics is insufficient. Offerors who are providing an "or equal" shall include in their offer descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offeror cannot comply with every requirement that offer will not be considered. 8. Addenda to FAR 52.212-1, Proposal Preparation Instructions: Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price, any discount terms, cage code, DUNS number, size of business, descriptive literature such as illustration, drawings, or a clear reference to information readiy available to the Contracting Officer, warranted information and a statement that the provision at FAR 52.212-3 is electronically online at http://orca.bpn.gov/publicsearch.aspx and DFARS 252.225-7000 (http://farsite.hill.af.mil/), Buy American Act-Balance of Payments Program Certificate must be signed and returned with quote. In addition, any acknowledgement of solicitation amendments. The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable 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: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets the requirements. Offers will be evaluated on a pass or fail basis to determine whether the proposed equipment meets the salient physical, functional, or performance characteristics as stated herein. If an offer cannot comply with every requirement, that offer will not be acceptable, and therefore will not be considered. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies: FAR 52.252-2 Clauses Incorporated by Reference: This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. 52.211-6 Brand Name or Equal (Aug 1999) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Jun 2008) (Deviation) 52.219-28 Post-Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2008) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50 Combat Trafficking in Persons (Aug 2007) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Mar 2008) (Deviation) applies to this acquisition. DFARS 252.225-7001, Buy American Act and Balance of Payments Program (June 2005) 252.232-7003, Electronic Submission of Payment Request (Mar 2008). 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) (USAFA Supplemented JUL 08) Quotes must be received NLT 1pm Mountain Time, 16 Sep 2008 at the 10th MSG/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit quotes and any questions via e-mail to Daniel Moline at (719) 333-8266, Daniel.Moline@usafa.af.mil, or you may fax the quote to Daniel Moline, Contract Specialist at (719) 333-9103. In my absence, please contact Diana South, Contracting Officer, 719-333-8650 or email to diana.myles-south@usafa.af.mil. 5352.201-9101 OMBUDSMAN (AUG 2008) (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, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9f2f6c76fb818c4c9bf09c6bfb9c8b6c&tab=core&_cview=1)
- Place of Performance
- Address: 8110 Industrial Drive STE 200, US Air Force Academy, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN01666596-W 20080912/080910223410-9f2f6c76fb818c4c9bf09c6bfb9c8b6c (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 |