MODIFICATION
36 -- Woodworking Dust Collector - Amendment 2
- Notice Date
- 1/26/2015
- Notice Type
- Modification/Amendment
- NAICS
- 333413
— Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
- ZIP Code
- 93437-5212
- Solicitation Number
- FA4610-15-C-0003
- Archive Date
- 2/14/2015
- Point of Contact
- Edwin M. Dela Cruz, Phone: 8056060884, Vanessa Lechon, Phone: 8056061733
- E-Mail Address
-
edwin.delacruz.1@us.af.mil, vanessa.lechon@us.af.mil
(edwin.delacruz.1@us.af.mil, vanessa.lechon@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amended to provide correct specifications and include a site visit. This is a combined synopsis/solicitation for commercial items 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# FE461042928001. Submit written offers IAW CLIN structure outlined in announcement. Quote template sheet will be provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78 and DFARS DPN 20141216. North American Industrial Classification Standard (NAICS) 333413 and Size Standard of 500 personnel apply to this procurement. Project Number: FA4610-15-C-0003 Project Title: Woodworking Dust Collector 1. Quotes should conform to the CLIN structure as established in this synopsis/solicitation & attach 1, RFQ Template. 2. Quotes shall be valid through 2/30/2015. 3. All questions or comments must be provided to the Contract Specialist (CS) and the Contracting Officer (CO) in writing via email NLT 01/30/2015. Answers will be posted NLT 02/3/2015. Telephone and other means of oral communication will not be permitted. CS is edwin.delacruz.1@us.af.mil; CO is Vanessa Lechón, vanessa.lechon@us.af.mil, The contract will be Firm Fixed Price with the CLIN structure reflected below. Required delivery date is 30 days after receipt of order. CLIN 0001 - New Woodworking Dust Collector Requirements 1. All quotes must turn-key, including removal of old equipment and installation of new equipment to include electrical, plumbing, and mechanical disconnect of old dust collector as well as electrical, plumbing and mechanical connect of new dust collector, crane support for both removal of old and installation of new Dust Collector. 2. Design must take into account that Vandenberg AFB is located on the coast of California, is a Seismic Zone 4 area and subject to highly corrosive coastal fog frequently. 3. All materials exposed to the outside environment must be 316 stainless steel or hot dipped galvanized (Hot Dip Galavanizing shall comply with ASTM A 123/123M for fabricated products and ASTM A 153/153M for hardward) or zinc metalized then primed and painted. This includes all ladders, hand rails, piping, pipe fittings and fasteners. All fasteners exposed to the outside environment must be 316 stainless steel. 4. Must fit foot print of existing Dust Collector and connect to existing ducting. 5. Minimum size, 7900 CFM blower, 30 HP 460 volt 3 PH Motor 6. Hopper discharge clearance of 72" 7. All controls, timers, and or circuitry must be accessible from ground level. 8. All lubrication points must be remotely accessible at ground level. 9. Must include cage ladder and hand rails around any maintenance and or work areas. 10. Removal of bags or filters must be directly accessible from exterior of bag house. 11. Any solenoids, valves, tubing and or wiring must be covered and protected from exposure to the outside environment. 12. Must include 3 full spare sets of any and all consumables, i.e., fildter bags, filter catridge etc. The following clauses are incorporated by reference in the final award: 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 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combat Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Work Product 252.204-7004, Alt A Alternate A, System for Award Management 252.204-7006 Billing Instructions 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act & Balance of Payments 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances The following clauses are incorporated by full text in the final award: 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (ix): N/A 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.211-7003 Item Identification and valuation (Auth. 211.274-6 (a)(1)) Fill-in Text: (c)(1)(ii): One (1) Dust Collector 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman Fill-in Text: (c): AFICA/ KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.223-9001 Health and Safety on Government Installations The following provisions are incorporated by reference in this solicitation: 52.212-1 Instructions to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.225-7000 Buy American Statute - Balance of Payments Program Certificate The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): Best Value/Price 52.212-3, Alt I Reps & Certs 52.252-1 Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award. All quotes should be good through 2/30/2015. Quotes must be sent to edwin.delacruz.1@us.af.mil no later than 12:00 PM PST on 2/18/2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-15-C-0003/listing.html)
- Place of Performance
- Address: Vandenberg Air Force Base, CA, Vandenberg AFB, California, 93437, United States
- Zip Code: 93437
- Zip Code: 93437
- Record
- SN03625081-W 20150128/150126234902-2db6f2c65c46ccec7b3601204e4bc9ea (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 |