SOLICITATION NOTICE
36 -- Draw Tables , Part #BG 3572-IN - Brand Name Justification
- Notice Date
- 6/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- F2DCCK4120AG01
- Archive Date
- 7/15/2014
- Point of Contact
- Pamela A. Reimers, Phone: 8017752382, ,
- E-Mail Address
-
pamela.reimers@us.af.mil,
(pamela.reimers@us.af.mil, /div)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justification Combined Synopsis/Solicitation: Procure Dual Draw Tables, Part #BG 3572-IN This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. This is a Small Business Set Aside. Solicitation Number: This combined synopsis/solicitation is issued as a request for quotation (RFQ) as solicitation number F2DCCK4120AG01. It is issued on 19 June 2014 from the contracting office at: OO-ALC/PZIOA 6038 Aspen Ave Bldg 1289 NE Hill AFB, UT 84056-5805 This solicitation closes on 30 June 2014. All quotes must be received by 12:00 p.m. Mountain Time on closing date 30 June 2014. Quotes must be submitted electronically to the Contract Specialist Ms. Pamela Reimers at email address pamela.reimers@us.af.mil. Classification Data: NAICS Code: 333413 FSC Code: 3694 Description of item(s) to be acquired: Provide items requested for each unit according to the minimum specifications listed below. Evenly distributed downdraft across perforated surface, dimensions 35"D X 72"L X 58"H, work surface area 35" X 72" with 5" perforated c-channel grates, table capacity 500 lbs.-750 lbs, cabinet 12-16-gauge uni-body construction,power cord 12' of power cord with bracket for wind up of cord, caster system locking caster system, overhead light-- 48" two (2) bulb light, finish electro-galvanized metal finish - non-glare, OSHA Standard 1910.1000 (air contaminants): two (2) 24" X 24" X 2" pleated pre filter 40% efficient to MERV 7 and two (2) HEPA Filter 24" X 24" X 12" pleated HEPA filter 99.97% efficient to 0.3 microns, removable front dust pan, pre-wired with manual motor starters NEMA 12/4X enclosure, two (2) motors 2 HP 460 volt, 3 phase, Hazardous Duty blower motor 3.2 amps ea, thermal protection manual motor starter with thermal protection, capture velocity range 120-130 feet per minute with new filters; 65% table top and 35% vent back, air volume 2000-2500 nominal CFM - self contained, magnehelic gauge indication of when filters should be checked and/or changed, sound level - 74 to 80 dB at operator work zone, and warranty 10 years from date of purchase, parts and labor. CLIN 0001AA - Procure Dual Draw Table, Part # BG 3572-IN -Quantity of 4 EA. Dates and Place of Performance: Delivery to Bldg 674, Hill AFB, UT is to be completed by 30 July 2014. Evaluation of Proposals: All offers will be evaluated on "Total Evaluated Price." The contract will be awarded to the company with the lowest "Total Evaluated Price", which fully meets all requirements. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Representations and Certifications: Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Applicable Provisions/Clauses: This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-71. The following provisions and clauses apply to this acquisition: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(1)) JAN 2005 Addendum to 52.212-1: Paragraph (b), entitled "Submission of Offers", Offers are due by 1200 MST, 30 June 2014 via electronic mail to pamela.reimers@us.af.mil. 52.212-2: Evaluation -- Commercial Items, Award will be based on "Best Value" to the Government with technical and delivery being more important comparison to price. Price may be traded off for delivery. All offers will be evaluated on "Total Evaluated Price." (a) The Government will award a 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. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirements (see brand name justification); (ii) delivery (need by 30 July 2014); (iii) price; (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2013) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (SEPT 2013) (IAW FAR 12.302) Addendum to 52.212-4 Paragraph (c), entitled ‘Changes': Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc.) may be changed unilaterally by the Government. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Dec 2013) (IAW FAR 12.301(b)(4))Additional applicable FAR clauses cited within FAR clause 52.212-5. 52.222-3 CONVICT LABOR(IAW FAR 22.202)(JUN 2003) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES(IAW FAR 22.810(a)(1))(FEB 1999) 52.222-26 EQUAL OPPORTUNITY(IAW FAR 22.810(e)) (MAR 2007) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES(IAW FAR 22.1408(a))(OCT 2010) 52.225-1 BUY AMERICAN ACT-SUPPLIES(IAW FAR 25.1101(b)(1)(i))(FEB 2009) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES(IAW FAR 25.1103(a))( JUN 2008) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C.3332). 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013)(IAW FAR 32.1110(a)), (a)(1), (b), and (e)(1)) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.252-2 CLAUSES INCORPORATED BY REFERENCE(IAW FAR 52.107(b)) FEB 1998 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. 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment AUG 2013 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.232-1 Payments APR 1984 52.232-18 Availability Of Funds APR 1984 52.232-23 Assignment Of Claims JAN 1986 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Work Flow Payment Instructions MAY 2013 5352.201-9101 OMBUDSMAN (NOV 2012) Proposal Submission Information: All questions or comments must be sent to Mrs. Pamela Reimers by email. Offers are due by 1200 MST 30 June 2014 via electronic mail to pamela.reimers@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/F2DCCK4120AG01/listing.html)
- Place of Performance
- Address: Bldg 674, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN03400152-W 20140621/140619234545-9563d6ce7cf47a99407ce96462e93dc9 (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 |