Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2015 FBO #4929
SOLICITATION NOTICE

36 -- Electronic Paper Cutter - Reps and Certs

Notice Date
5/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333243 — Sawmill, Woodworking, and Paper Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-15-Q-0205
 
Archive Date
6/23/2015
 
Point of Contact
Tabitha Haggart, Phone: 315-330-3787
 
E-Mail Address
Tabitha.Haggart@us.af.mil
(Tabitha.Haggart@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Reps and Certs 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 written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-15-Q-0205 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20150420. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued on an unrestricted basis under NAICS code 333243 and size standard of 500 employees. The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination: ITEM: Electronic Paper Cutter Specifications Must Be According to the Following: Maximum Cutting Width: 30-1/2" / 77.5cm Minimum Cut: without false clamp plate 3/4" / 19mm with false clamp plate 2" / 5cm Maximum Cut Depth: 30-1/2"/ 77.5cm Clamp Opening: without false clamp plate 4" / 10.2cm with false clamp plate 3-3/4" / 9.5cm Clamping Method Hydraulic and Manual Maximum Clamping Force 5000 lbs / 2200 daN Backgauge Control Power and Manual DIMENSIONS Table Space: in front of knife 25" / 63.5cm behind knife 30-1/2" / 77.5cm Table Height 36-1/2" / 94cm Overall Height 58-1/2" / 147cm Overall Width (with side tables) 78-1/2" / 200cm Overall Width (without side tables) 51" / 130cm Overall Length 71" / 180.4cm Door Pass-through: assembled 51" / 130cm with table/treadle removed 42" / 106cm with table/treadle/power unit removed 29" / 74cm Net Weight (approximate) 2,360 lbs / 1,070 kg Shipping Weight (approximate) 2,700 lbs / 1,225 kg ELECTRICAL Standard Motor - 5 H.P. Three Phase, 60 Hz, AC 208/230 Volts, 25 Amps (service size 40 Amps) or 460 Volts, 11.5 Amps (service size 20 Amps) U.L. Listed FEATURES  Fully-adjustable knife bar gibs (front and rear)  Hydraulic clamping and cutting  Line-light cut position indicator  False clamp plate TC CONTROL SYSTEM FEATURES TC Control System Features:  JDF and network capable hardware  Electronic Clamp Pressure control  USB port for simple thumb drive program entry  Ability to receive.csv files making offline programming and memory storage simple  Repeat and Loop commands streamline program entry  Auto-programming features of sheet division and label cutting with animated graphics  Programmable Clamp pressure per cut  Automatic Fraction to Decimal Conversion  Unlimited program storage capacity  Program Lockout  Computer Diagnostic Tools  ANSI safety standard compliant and CE, UL and cUL Listed Additional features will be considered. Please provide quotes for the original request as well as any additional features. QUANTITY: 1 Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice Total price must include shipping FOB Destination. The required delivery date is 90 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13440 The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM, 6/8/2015. Submit to: AFRL/RIKO, Attn: Tabitha Haggart, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-3001 or by email to Tabitha.Haggart@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (b)(12) 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. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; All evaluation factors other than price, when combined, are of equal importance. Award will be made to the lowest priced, technically capable offeror. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW- FISCAL YEAR 2015 APPROPRIATIONS 252.203-7998, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: X 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards X 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment X 52.219-28, Post Award Small Business Program Re-representation X 52.222-3, Convict Labor X 52.222-19, Child Labor-Cooperation with Authorities and Remedies X 52.222-21, Prohibition of Segregated Facilities X 52.222-26, Equal Opportunity X 52.222-36, Equal Opportunity for Workers With Disabilities X 52.222-50, Combating Trafficking in Persons X 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving X 52.225-13, Restrictions on Certain Foreign Purchases X 52.232-33, Payment By Electronic Funds Transfer-System For Award The following additional FAR and FAR Supplement provisions and clauses also apply: X 52.247-34, FOB Destination X 52.232-40, Providing Accelerated Payments to Small Business Subcontractors X 252.203-7000, Requirements Relating to Compensation of Former DoD Officials X 252.203-7005, Representation Relating to Compensation of Former DoD Officials X 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements X 252.204-7011, Alternative Line Item Structure X 252.204-7012, Safeguarding of Unclassified Controlled Technical Information X 252.211-7003, Item Identification and Valuation X 252.223-7008, Prohibition of Hexavalent Chromium X 252.225-7031, Secondary Arab Boycott of Israel X 252.227-7015, Technical Data--Commercial Items X 252.227-7037, Validation of Restrictive Markings on Technical Data X 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports X 252.232-7006, Wide Area Workflow Payment Instructions X 252.232-7010, Levies on Contract Payments X 252.239-7017, Notice Of Supply Chain Risk X 252.239-7018 Supply Chain Risk X 252.244-7000, Subcontracts for Commercial Items X 252.247-7023, Transportation of Supplies by Sea X 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-C9 All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-Q-0205/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN03740866-W 20150524/150522234654-458ca388d5f1468c68e55baa64961550 (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.