Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2014 FBO #4691
MODIFICATION

34 -- Bridgeport Milling Machine w/CNC Capabilities - Q&A

Notice Date
9/26/2014
 
Notice Type
Modification/Amendment
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F2DGAM4119A002
 
Archive Date
10/11/2014
 
Point of Contact
Danita Porter-McGee, Phone: 2106528587, Vivian Fisher, Phone: 210 652-8596
 
E-Mail Address
danita.porter-mcgee.1@us.af.mil, vivian.fisher@us.af.mil
(danita.porter-mcgee.1@us.af.mil, vivian.fisher@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses to Questions This notice is hereby amended (Amendment 0003) to post a response to questions. NOTE: NO ADDITIONAL QUESTIONS WILL BE ACCEPTED OR CONSIDERED. The date and time set for receipt of quotes remains unchanged. You must acknowledge ALL amendments with your quote. Failure to acknowledge ALL amendments may render you non-responsive and, therefore, result in your quote not being considered for award. This notice is hereby amended (Amendment 0002) to extend the response deadline due to questions that have surfaced upon original posting. An additional amendment will be posted immediately upon receipt of answers to those questions. The date and time set for receipt of quotes has changed from 1:00pm CT on 25 September 2014 to 2:00pm CT on 26 September 2014. You must acknowledge ALL amendments with your quote. Failure to acknowledge ALL amendments may render you non-responsive and, therefore, result in your quote not being considered for award. This notice is hereby amended (Amendment 0001) to address a question that has surfaced (see attached Milling Machine Q&A). The date and time set for receipt of quotes remains unchanged. You must acknowledge this amendment with your quote. Failure to acknowledge this amendment may render you non-responsive and, therefore, result in your quote not being considered for award. This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and in conjunction with FAR Subpart 13.5 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. 1. Solicitation F2DGAM4119A002 is issued as a Request for Quotation (RFQ). 2. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-76. 3. This notice is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. 4. This acquisition is unrestricted under NAICS Code is 333517 with a small business size standard of 500 employees. 5. Description of Requirement: Purchase of a Bridgeport Series 1 (2J) Knee Mill with Computer Numerically Controlled (CNC) Capability (Reference Atch 1). Brand Name Justification: The machine shop currently has three other Bridgeport Series 1 (2J) manually operated knee mill machines. The Government has already invested a substantial amount of funds in accessory tooling and equipment that is used for the preventive maintenance of these machines. The tooling is interchangeable for use on the manufacturer's products, so no additional investment for these items would be required. Furthermore, acquiring another Bridgeport machine will allow cannibalization of parts from the existing machines, if needed; therefore, saving money and time. A replacement part can be very costly, depending on the required part. Also, waiting for parts to be bought can render the shop's machining capability unavailable for approximately 30 to 180 days. 6. Desired Delivery Date: 30 calendar days after receipt of award. Indicate Proposed Delivery Date in the quote. 7. Basis of Award: IAW FAR 52.212-2, Evaluation - Commercial Items, 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 (in no specific order): a) Technical: The ability to meet all requirements as set forth in the Schedule of Supplies/Services (Atch 1) and Statement of Work (Atch 2). b) Price: Offerors shall propose on all items. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable, imbalanced or incompatible (excessive or insufficient) with the scope of effort to be accomplished will NOT be considered. Submit pricing on the attached Schedule of Supplies/Services (Atch 1). The Government reserves the right to award to other than the lowest price quote if the lowest priced offer does not demonstrate the technical capability to complete the requirement. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. 8. This RFQ incorporates one or more provisions or 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. In addition, the full text of a solicitation provision or clause may be accessed electronically at this address: farsite.hill.af.mil. 9. CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors--Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) 52.219-1 Small Business Program Representations 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-36 Equal Opportunity for Workers with Disabilities 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-3 52.225-3 Alt I Buy American --Free Trade Agreement--Israeli Trade Act Buy American --Free Trade Agreements--Israeli Trade Act (MAY 2014) Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 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 252.204-7004 Alt A System for Award Management Alternate A 252.204-7011 Alternative Line Item Structure 252.225-7001 Buy American And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7031 Secondary Arab Boycott Of Israel 252.227-7015 Technical Data--Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.247-7023 Transportation of Supplies by Sea 5352.201-9101 5352.223-9001 Ombudsman Clause Health and Safety on Government Installations 10. CLAUSES OR PROVISIONS INCORPORATED BY FULL TEXT FAR 52.212-1 - Instructions to Offerors -- Commercial Items (tailored). Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on an SF 1449, letterhead stationery, or as otherwise specified in the solicitation. Offers must be valid for at least (60) days. At a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 52.212-3 Offeror Representations and Certifications--Commercial Items with Alt I. An offeror shall complete only paragraphs (b) of the provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) and Alt I of the provision and submit with its offer. ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2014) Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) 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 paying office, appropriation data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the Software Licensing Agreement shall prevail in lieu thereof. 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (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 (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 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. (End of clause) 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.232-7006 Wide Area Workflow Payment Instructions. All payments will be made via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Invoicing through WAWF shall occur after all items have been received by the organization. 11. Responses to this RFQ shall be provided in writing via e-mail to: Danita Porter-McGee, danita.porter-mcgee.1@us.af.mil, and copied to Vivian Fisher, vivian.fisher@us.af.mil, or mail to: 502 CONS/JBKCA, 395 B Street West Suite 2, JBSA-Randolph, TX 78150-4525. Direct any questions regarding the requirement or this RFQ to either of the individuals shown below ONLY. Quotes are due on or before 25 September 2014 at 1:00PM Central Time. Responses received after the due date and time will be considered late and may not be considered for award. E-mail is the preferred transmission method. Contract Administrator: Danita Porter-McGee; Ph.: (210) 652-8587, e-mail: danita.porter-mcgee.1@us.af.mil; Contracting Officer: Vivian Fisher, Ph.: (210) 652-8596, e-mail: vivian.fisher@us.af.mil. Regardless of transmission method used, due to the volume of correspondence received at this time of year, offerors are encouraged to confirm their response was received by the intended party. 2 Attachments: 1. Schedule of Supplies/Services 2. Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F2DGAM4119A002/listing.html)
 
Place of Performance
Address: JBSA-Randolph, Texas, 78150, United States
Zip Code: 78150
 
Record
SN03534159-W 20140928/140927062522-28118bfbc8089db39e5a1be39c937065 (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 |
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.