SOLICITATION NOTICE
34 -- CNC LATHE - Attachment 1 Specifications and Requirements
- Notice Date
- 1/24/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZZ, 102 W D Ave, Bldg 11, Ste 202, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- FA2486-13-R-0110
- Point of Contact
- Elesha Gentry, Phone: 575-572-1244
- E-Mail Address
-
elesha.gentry@holloman.af.mil
(elesha.gentry@holloman.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- REQUIREMENTS AND SPECIFICATIONS This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 and DFARs Change Notice (DCN) DPN 20120906. Federal Supply Class/Service (FSC) code is 3416. NAICS is 333517 and the size standard is 500 employees. This acquisition is 100% Small Business Set Aside. One award to one contractor is anticipated. Air Force Test Center, PZZC, Eglin AFB FL (physically located at Holloman AFB NM) is seeking to purchase the following service via an Firm-Fixed Price contract. The 846th Test Squadron at Holloman AFB NM has a requirement to provide Computer Numerical Control (CNC) Lathe. Please read attached Specifications/Requirements Dated 01/23/2013 for further detailed requirements (Attachment 1). CLIN # 0001 CNC Lathe (includes delivery, installation, set-up and training) Notes: Offeror to provide quotation for CLIN 0001. If separately priced, please indicate with provide each cost and a total for CLIN 0001. The proposal shall be submitted following the above CLIN Structure. If it does not follow the above CLIN Structure, it will be deemed as an incomplete proposal. Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be requested to provide the B-25 or equivalent aircraft. Award will be made to the LPTA offer that is most advantageous to the Government. Technical acceptability will be based on the offeror's responsiveness in accordance with the Requirements and Specifications at Attachment 1. ALL requirements and specifications must be met to be eligible for award. Meeting all technical requirements and specifications are significantly more important than price. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (DEVIATION) INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH CCR, GO TO URL: www.sam.gov. The following provisions and clauses apply: 52.212-1--Instructions to Offerors 52.252-02 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-06 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-04 -- Contract Terms and Conditions- Commercial Items. 52.219-06 -- Notice of Total Small Business Set-Aside 52.219-28 -- Post-Award Small Business Program Representation 52.222-03 -- Convict Labor 52.222-19 -- Child Labor---Cooperation with Authorities and Remedies. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-26 -- Equal Opportunity 52.222-36 -- Affirmative Action for Workers with Disabilities. 52.222-35 -- Equal Opportunity for Veterans 52.222-37 -- Employment Reports on Veterans 52.222-50 -- Combating Trafficking in Persons 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-03 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate Alternate I (Mar 2012). 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. 52.233-01 -- Disputes 52.233-03 -- Protest After Award 52.233-04 -- Applicable Law for Breach of Contract Claim 52.212-05 -- Contract Terms and Conditions to Implement Statutes or Executive Orders- Commercial Items. - To include clauses above checked as appropriate 52.252-04 -- Alterations in Contract 52.252-06 -- Authorized Deviations in Clauses. 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. 252.204-7008 -- Export-Controlled Items 252.225-7001 -- Buy American Act and Balance of Payments Program 252.225-7002 -- Qualifying Country Sources as Subcontractors 252.232-7003 -- Electronic Submission of Payment Requests 252.232-7006 - Wide Area Work Flow Payment Instructions 252.232-7010 -- Levies on Contract Payments 252.243-7001 -- Pricing of Contract Modifications 252.247-7023 -- Transportation of Supplies by Sea 252.247-7023 -- Transportation of Supplies by Sea, ALTERNATE III (MAY 2002) 252.204-7006 -- Billing Instructions. (Contractor shall bill electronically in Wide Area Work Flow (WAWF) at https://wawf.eb.mil/. To Register as a Vendor in WAWF you will need to register your CAGE Code in WAWF by calling 1-866-618-5988. Take the training provided. For further assistance, you may call the WAWF Customer Support at 1-866-618-5988) 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 5352.201-9101 -- Ombudsman Ombudsman - Air Force Test Center Vice Commander, 1 South Rosamond Blvd, EAFB CA 93524-1185, PH 661-277-2810, FAX 661-275-7593 52.204-08 -- Annual Representations and Certifications 52.212-02 -- Evaluation-Commercial Items. 52.212-03 -- Offerors Representations and Certifications-Commercial Items. 52.225-04 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate. 52.252-01 -- Solicitation Provisions Incorporated by Reference. 52.252-03 -- Alterations in Solicitation. 52.252-05 -- Authorized Deviations in Provisions. 5352.223-9000 -- Elimination of Ozone Offers are due at the AFTC/PZZC, 871 DeZonia Road, Holloman AFB, NM 88330, not later than 25 February 2013 at 4 pm MST. Email is acceptable. E-mail address: elesha.gentry@holloman.af.mil Point of Contact: Elesha Gentry, Contracting Officer, Phone 575-572-1244, E-mail elesha.gentry@holloman.af.mil Attachment(s): 1. Requirements and Specifications dated 01/23/2013
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1079d82fcb707ee3e9a09493ed3301f7)
- Place of Performance
- Address: Delivery, installation and set up will be:, 1581 Test Track Road, Holloman Air Force Base, New Mexico, 88330, United States
- Zip Code: 88330
- Zip Code: 88330
- Record
- SN02971294-W 20130126/130124234104-1079d82fcb707ee3e9a09493ed3301f7 (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 |