SOLICITATION NOTICE
J -- Tube Bending
- Notice Date
- 8/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332996
— Fabricated Pipe and Pipe Fitting Manufacturing
- Contracting Office
- Department of the Air Force, United States Air Force Installation Contracting Agencies - Europe, 31st Contracting Squadron - Aviano, 31st Contracting Squadron (Aviano), Via Pordenone, 33081 Aviano (PN), 33081
- ZIP Code
- 33081
- Solicitation Number
- FA5682-13-Q-5001
- Archive Date
- 9/23/2013
- Point of Contact
- Stephen C. Robinson, Phone: 3146327969
- E-Mail Address
-
stephen.robinson.9@us.af.mil
(stephen.robinson.9@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for a commercial item 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 solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA5682-13-Q-5001. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, (Effective 01 Aug 2013), DPN 20130808 (Effective 08 Aug 2013), AFAC 2013-0327 (Effective 27 Mar 2013). (iv) Due to the overseas location of this solicitation, no set-aside will be used. The North American Industry Classification System (NAICS) code is 332996. (v) Quotes are due to this office no later than 1400 hrs, Central European Time, 16 Sep 13 sent via e-mail to stephen.robinson.9@us.af.mil. All quotes must include the following information: Company's complete mailing and remittance address, discounts for prompt payment, if any, CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number (if a US vendor). Quotes must be valid for a period of no less than 60 days. Vendors shall indicate, by number of calendar days, the amount of time needed to deliver the items described in the below paragraph. (vi) Delivery is required 30 days after receipt of order (ARO) and delivery will be made to the following address: By USPS: FLEET AND INDUSTRIAL SUPPLY CENTER OCEAN TERMINAL DIVISION BLDG CEP 201 NORFOLK, VA 23511-3392 Transhipment to: MSgt Fisk 31 MXS UNIT 6235 (vii) Potential offerors are to quote on the following line items: CLIN Description of Miscellaneous Supplies/Tools QTY UOI PRICE 0001 Tube Bender - CAPACITY 1-1/2" (38 mm) OD x.065 (1.65 mm) WT x 2D minimum CLR. Above application for material with 35000 PSI (241 MPa) yield, 35% elongation. DIRECTION OF BEND Is reversible and may be set up for either right- or left-hand bending. BEND RADIUS 8" (203 mm) centerline maximum BEND ARM MOVEMENT 195o (max.) TUBING LENGTH OVER MANDREL 10 feet (3.05 M) MANDREL EXTRACTOR Hydraulic, foot operated. PLANE-OF-BEND Includes an adjustable chuck and a 360. Indicator to assist SELECTOR in the selection of the Plane of Bend. DEGREE-OF-BEND A positive adjustable stop ensures repeatability of 2 degree. SETTING OTHER The machine has a special gear-operated bend arm that will CHARACTERISTICS leverage 4 to 1 when bending heavier tube. The machine comes with a built-in storage cabinet. MACHINE DIMENSIONS 144" x 40" x 40"(3660 mm x 1020 mm x 1020 mm) NET WEIGHT 900 lbs (410 Kg). CRATED DIMENSIONS 172" X 42" X 56" (4370 mm x 1070 mm x 1420 mm) GROSS WEIGHT 1300 lbs (590 Kg). ELECTRICAL SERVICE Not required COMPRESSED AIR Not required 1 EA 0002 Mandrel Rod, Solid 1 EA 0003 P/N: 940000-061 Bend Die,.500TOD X 1.250 CLR 1 EA 0004 P/N 940000-097 Bend Die.625TOD X 1.250 CLR 1 EA 0005 P/N 940000-099 Bend Die.625 TOD X 1.500 CLR 1 EA 0006 P/N: 940000-154 Bend Die.750TOD X 2.000 CLR 1 EA 0007 P/N: 962180-020 Mandrel, BM-0.375-.035 1-Ball Chrome 1 EA 0008 P/N: 962180-028 Mandrel, BM-0.500-.035 1-Ball Chrome 1 EA 0009 P/N: 962180-030 Mandrel, BM-0.500-.049 1-Ball Chrome 1 EA 0010 P/N: 962180-038 Mandrel, BM-0.625-.035 1-Ball Chrome 1 EA 0011 P/N: 962180-040 Mandrel, BM-0.375-.049 1-Ball Chrome 1 EA 0012 P/N: 962180-049 Mandrel, BM-0.750-.035 1-Ball Chrome 1 EA 0013 P/N: 962180-051 Mandrel, BM-0.750-.049 1-Ball Chrome 1 EA 0014 P/N: 962180-053 Mandrel, BM-0.750-.065 1-Ball Chrome 1 EA 0015 P/N: 962180-076 Mandrel, BM-1.000-.049 1-Ball Chrome 1 EA 0016 P/N: 962180-077 Mandrel, BM-1.000-.058 1-Ball Chrome 1 EA 0017 P/N: 962180-078 Mandrel, BM-1.000-.065 1-Ball Chrome 1 EA 0018 P/N: 962180-082 Mandrel, BM-1.000-.035 1-Ball Chrome 1 EA 0019 P/N: 119340-503 Rod, Mandrel 5/16-18 1 EA 0020 P/N: 119340-504 Rod, Mandrel 3/8-16 1 EA 0021 P/N: 119340-526 Rod, Mandrel 1/2-13 1 EA 0022 P/N: 119340-502 Rod, Mandrel 10-24 1 EA 0023 P/N: 962530-002 Adapter Mandrel, 1/2-13 - 1-8 1 EA 0024 P/N: 950017 Clamp Block 3/8"TOD - 1.50" Grip 1 EA 0025 P/N: 950019 Clamp Block.500" TOD X 2.00" Grip 1 EA 0026 P/N: 950021 Clamp Block.625" TOD X 2.50" Grip 1 EA 0027 P/N: 950023 Clamp Block.750" TOD X 3.00" Grip 1 EA 0028 P/N: 950025 Clamp Block.875" TOD X 3.50" Grip 1 EA 0029 P/N: 950027 Clamp Block 1.00" TOD X 4.00" Grip 1 EA 0030 P/N: 950029 Clamp Block 1.125" TOD X 4.50" Grip 1 EA 0031 P/N: 950031 Clamp Block 1.250" TOD X 5.00" Grip 1 EA 0032 P/N: 962530-006 Adapter Mandrel, 3/8-16 to 5/8-1 1 EA TOTAL N/A N/A N/A In accordance with attached Statement of Work which is included as an attachment to this solicitation. This solicitation will be using FAR 13.5 Test Program for Certain Commercial Items Federal Acquisition Regulation Provision: (vii) FAR 52.212-1, Instructions to Offerors--Commercial Items (Jan 2008), applies to this acquisition. Addendum 52.212-1(c). Period of Acceptance of Offerors. The paragraph is tailored as follows: " The offeror agrees to hold the prices in its offer for 60 calander days from the date specified for receipt of offers". PROPOSAL CONTENTS 1. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Proposals must be completed and self-sufficient. The response shall consist of one (1) part: 1. Price Proposal (this solicitation document duly completed); 1. Price Proposal: Complete 17a, 17b, and 30a through 30c of page 1 of this solicitation (Standard Form 1449). Insert Payment Remittance information on page 3 of the solicitation. Insert prices for each item (from page 3 onwards). Insert remittance information for EFT payments, complete all applicable spaces of 52.212-3 (Representations and Certifications) and sign each page of the proposal. (viii) FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. The Government will award a firm-fixed price 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. Far Part 13 will be used. The following factors shall be used to evaluate offers: (1) Price ADDENDUM TO FAR - EVALUATIONS - COMMERCIAL ITEMS (JAN 1999) (a) General Information: All proposals received will be subject to an evaluation by a team that includes Government personnel experienced in the technical part of the offer. The Government intends to evaluate offers and award without discussions. The offerors initial offer should contain the offers best terms from a technical part; price standpoint, however the Government reserves the right to conduct discussions if it's in the best interest. (b) Basis for Award. The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive that reflects a complete understanding of the requirement and represents the best value to the Government based on selection of the technically acceptable quotation with the lowest evaluated price. The best value is represented by the lowest priced technically acceptable quotation. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Only those quotations determined to be technically acceptable will be evaluated on price. If the quotation received is determined to be unacceptable, the vendor will be excluded from competition and will not be considered for award. Award will be made to the responsible offeror whose proposal offers the best value to the Government. (c) Proposal Uniformity: Uniformity of the proposal submitted is essential to ensure fair and accurate evaluation. For this reason, proposals which do not conform to all the terms and conditions of this solicitation shall be considered unacceptable. 1. Price a. Price Evaluation Factor: For award purposes, the offeror will be evaluated on the TOTAL price of all the CLINS contained in the Schedule. Failure to include all prices will exclude the offer from further consideration for award. The Contracting Officer shall determine that prices are fair and reasonable based on competitive offers in accordance with FAR 13.106-3. (End of provision) (ix) Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.213-3, Offeror Representations and Certifications-Commercial Items (May 2011). (x) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. No addenda to this clause. (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2011). The following additional FAR clauses cited in the clause are applicable: 52.203-6 Restrictions on Subcontractors Sales to the Government (Sep 2006) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.222-41 Service Contract Act of 1965 (Nov 2007) (xii) The following clauses and provisions apply to this solicitation and are filled is as follows: FAR 52.233-2 Service of Protest (Sep 2006) 31 CONS/LGCB Via Pordenone 89/b 33081 Aviano DFARS 252.229-7001 Tax Relief (Jun 1997) NAME OF TAX: _________________ RATE (PERCENTAGE): ________________ 252.229-7003 Tax Exemptions (Italy) (Jan 2002) (iii) The following fiscal code(s): 91000190933. AFFARS 5352.201-9101 Ombudsman (Apr 2010) Primary Command Ombudsman: Ms. Tara Petersen HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: tara.petersen@ramstein.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate Command Ombudsman: Ms. Heidi Hoehn HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: heidi.hoehn@ramstein.af.mil Tel: (49)-6371-47-9330, Fax: (49)-6731-47-2025 (xiii) The following clauses and provisions apply to this solicitation and are included by reference: FAR 52.204-7 System for Award Management (Jul 13) 52.203-13 System for Award Management Maintenance (Jul 2013) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.211-6 Brand Name or Equal 52.215-5 Facsimile Proposals (Oct 1997) 52.223-18 Encouraging Contract Policies to Ban Text Messaging While Driving 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000) 52.225-25 Prohibition on Contracting with Entities Engaging in Santioned Activites Relating to Iran- Representation and Certification 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) 52.233-3 Protest After Award (Aug1996) 52.247-34 F.o.b. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-4 Alterations in Contract 52.252-5 Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 52.253-1 Computered Generated Forms DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Jan 2009) 252.203-7005 Requirements Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, System for Award Management (May 2013) 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010) 252.225-7036 Buy American Act--North American Free Trade Agreements--Balance of Payments Program (Dec 2010) 252.225-7041 Correspondence in English (Jun 1997) 252.225-7042 Authorization to Perform (Apr 2003) 252.229-7000 Invoices Exclusive of Taxes or Duties (Jun 1997) 252.232.7003 Electronic Submission of Payment Requests (Mar 2008) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7008 Assignment of Claims (Overseas) (Jun 1997) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 252.243-7001 Price of Contract Modifications (Dec 1991) 252.243-7002 Requests For Equitable Adjustment (Mar 1998) 252.247-7023 Transportation of Supplies by Sea (May 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) AFFARS 5352.233-9000 Elimination of Use of Class 1 Ozone Depleting Substances 5352.223-9001 Health and Safety on Government Installations (Jun 1997) 5352.225-9004 Submission of Offers in Other Than United States Currency (Jun 2006) 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007) * The full text of the FAR, DFARS and AFFARS can be accessed on the Internet at http://www.farsite.hill.af.mil/ and http://farsite.hill.af.mil/VFDFARA.HTM (xiv) A Defense Priorities and Allocations System (DPAS) rating will not be assigned to this acquisition. (xv) Any responsible vendor can submit an offer to this agency. Offers received will be reviewed and considered for award. (xvi) The point of contact for this combined synopsis/solicitation is A1C Stephen Robinson who can be reached at 011-39-0434-30-7190 or by e-mail, stephen.robinson.9@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/31CS/FA5682-13-Q-5001/listing.html)
- Place of Performance
- Address: 31 MXS, UNIT 6235, APO AE 09604-6235, Aviano, Non-U.S., 09604-6235, Italy
- Record
- SN03149394-W 20130816/130815000011-ef2018ac48820601166a2d09807a0299 (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 |