Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

45 -- High Temperature Oven

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
F3T2CM5260AM01
 
Archive Date
10/6/2015
 
Point of Contact
Brian G. Lindsay, Phone: 9197223105
 
E-Mail Address
brian.lindsay.2@us.af.mil
(brian.lindsay.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation RFQ –High Tempurature Oven– Reference (F3T2CM5260AM01) Requesting Agency:4th Component Maintenance Squadron/CCR 1395 Blakeslee Avenue Seymour Johnson AFB, NC 27531 Purchasing Agency:4th Contracting Squadron/LGCB 1600 Wright Brothers Ave. Bldg 3010 Seymour Johnson AFB, NC 27531-2459 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. Solicitation/Reference number for this RFQ is F3T2CM5260AM01. This is a 100% Small Business set-aside for a firm-fixed price procurement and will be procured using commercial procedures. The NAICS code 333994 applies to this solicitation. The size standard is 500 Employees. “Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. 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.” The provisions and clauses incorporated into this solicitation are those in effect through Federal Acquisition Circular 2005-83, Effective 02-July-2015. Defense Federal Acquisition Regulation DPN 20150602, Effective 02-June-2015. Air Force Federal Acquisition Regulation AFAC 2015-0406, Effective 06-April-2015. BID SCHEDULE: Potential Offerors are to provide a quote for the items/services listed below: oQuote shall include a unit and total price for the following bid schedule: ITEM DESCRIPTION QTY UNIT TOTAL CLIN 0001: Grieve Oven Model HC-1250 or equal QTY: 1 $_________ CLIN 0002: Fused Disconnect Switch QTY: 1 $_________ CLIN 0003: Gas Pressure Regulator QTY: 1 $_________ DELIVERY: 4th CMS Hydraulics Shop 1395 Blakeslee Avenue Seymour Johnson AFB, NC 27531 ___________________________________________________________________________________ TOTAL AMOUNT: $________ Quotes are due to this office no later than 1600 hours Eastern Standard Time, 21 September 2015. Quotes must be sent via e-mail to the below POC’s. Contracting point of contact: 1st Lt Brian Lindsay, Contract Specialist, TEL: (919) 722-1732, or email: Brian.Lindsay.2@us.af.mil SSgt Andrew Hostetter, Contracting Officer, TEL: (919) 722-3105, or email: andrewrobert.hostetter@us.af.mil ___________________________________________________________________________________________ Instructions to Offerors: QUOTE SPECIFICS: All quotes must include the following information: 1.Quote shall include the contractors Price Quotation structured as outlined above, with pricing made available for CLIN 0001, in addition to Total Contract Value (Delivery included). 2.Quote shall include the contractors Technical Capability as follows: a)A description of the product being offered in sufficient detail so as to ensure compliance with the following product specifications: CLIN 0001: 1 One (1) Grieve Model HC-1250 (OR EQUAL) Gas Fired Cabinet Oven similar to S/N 94837A0708 -460/3/60 electric service -work space dimensions: 50" wide x 50" deep x 50" high -approximate overall dimensions: 100" wide (+ 9" control paneloverhang on right and 26" blower motor overhang on right and 15" burner overhang on left) x 81" deep x 110" high -maximum temperature: 1250°F (677°C) Ramp to operating temp in approximately 15 minutes. -blower: 5 HP, 4200 CFM -heat input: 800,000 BTU/HR -insulation: 12" -insulated with 2" thick 1900°F insulated block, back up with 10 lbs/cf density 1250°F industrial rockwool -16 gauge 304 stainless steel interior -high temperature inner and outer door gaskets with stainless steel spring insert -high pressure stainless steel recirculating blower -Class A Oven Equipment for Solvent Processing -975 CFM stainless steel powered forced exhauster -exhauster air flow safety switch -purge timer -Watlow F4 programmable temperature controller -audible alarm to sound at end of programmed cycle -manual reset excess temperature controller -stainless steel pipe port on left side of oven wall -fused disconnect switch -gas pressure regulator -full horizontal air flow -two (2) 200 lbs. capacity stainless steel shelves -800 lbs. maximum oven load -20' of 6" diameter stainless steel double wall vent pipe with one (1) 6" diameter 90° elbow -prepaid freight to Seymour Johnson AFB, NC 27531 -off loading of equipment from truck is responsibility of Seymour Johnson AFB -2 year limited warranty, parts only CLIN 0002: Fused Diconnect Switch must be connected through the door circuit breaker and installed in the control panel. CLIN 0003: Gas Pressure Regulator a)Contractor shall indicate ability to comply with mandatory requirement regarding delivery timeframe. 3.Company Point of Contact with name, address, email address, and telephone number. 4.Contractors shall make their quotes valid for 30 days after date specified for posting closeout/receipt of offers to accommodate the award should funds become available. NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract will not be considered by the Government in its evaluation of quotations. This aspect also includes the Government’s exclusion from requests by vendors to enter into supplemental agreements from their respective company in order to conduct business under a resultant contract award. Vendors that are not able to comply with the aforementioned conditions will be determined as noncompliant with the solicitation requirements and therefore may be removed from consideration for award. EVALUATION (a) The Government intends to award a single contract resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered technically acceptable to the Government, ie.meeting the customer requirements, with price being the factor considered. The following factors shall be used to evaluate quotations: 1.Technical Acceptance 2.Price Evaluation (b) Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government on a LOWEST PRICE TECHNICALLY ACCEPTABLE BASIS. (c) Negotiations: The Government reserves the right to award a purchase order for this action from any offer received without conducting any negotiations or discussions. Offerors should propose their best offer in their initial response to this posting. The following clauses and provisions apply: 52.232-18 -- Availability of Funds (Apr 1984): Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. FAR 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 Vendor 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/ FAR 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 address: http://farsite.hill.af.mil/ AFFARS 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, the interested party may contact the ACC Ombudsmen, Mr. Chris Williams, 129 Andrews Avenue, Suite 102, Langley AFB, VA 23665-2769; Phone (757) 764-6512, FAX (757) 764-4400; or email: christopher.williams.196@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05) (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13System for Award Management 52.204-18Commercial And Government Entity Code Maintenance 52.204-19Incorporation By Reference Of Representations And Certifications 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10Prohibition on Contracting With Inverted Domestic Corporations 52.211-5Material Requirements 52.211-17Delivery Of Excess Quantities 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—Commercial Items (Deviation 2013-O0019) 52.219-1Small Business Program Representations 52.219-28Post-Award Small Business Program Representation 52.222-3Convict Labor 52.222-19Child Labor--Cooperation With Authorities And Remedies 52.222-21Prohibition Of Segregated Facilities 52.222-26Equal Opportunity 52.222-50Combating Trafficking In Persons 52.222-55Minimum Wages Under Executive Order 13658 52.223-3Hazardous Material Identification And Material Safety Data 52.223-5Pollution Prevention And Right-To-Know Information 52.223-18Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13Restrictions On Certain Foreign Purchases 52.232-1Payments 52.232-8Discounts For Prompt Payment 52.232-11Extras 52.232-25Prompt Payment 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39Unenforceability Of Unauthorized Obligations 52.232-40Providing Accelerated Payments To Small Business Subcontractors 52.233-3Protest After Award 52.233-4Applicable Law For Breach Of Contract Claim 52.242-17Government Delay Of Work 52.244-6Subcontracts For Commercial Items 52.247-34 F.O.B. Destination 52.252-2Clauses Incorporated By Reference 52.252-4Alterations In Contract 52.252-5Authorized Deviations in Provisions 52.252-6Authorized Deviations In Clauses 52.253-1Computer Generated Forms Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7000Requirements Relating To Compensation Of Former DoD Officials 252.203-7002Requirement To Inform Employees Of Whistleblower Rights 252.204-7003Control Of Government Personnel Work Product 252.204-7012Safeguarding Of Unclassified Controlled Technical Information 252.204-7015Disclosure Of Information To Litigation Support Contractors 252.209-7998Representation Regarding Conviction of a Felony Criminal 252.209-7999Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003Item Unique Identification And Valuation 252.223-7001Hazard Warning Labels 252.223-7006Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic 252.223-7008Prohibition Of Hexavalent Chromium 252.225-7048Export-Controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001Pricing Of Contract Modifications 252.244-7000Subcontracts For Commercial Items 252.246-7000Material Inspection And Receiving Report 252.247-7023Transportation Of Supplies By Sea—Basic Air Force Federal Acquisition Regulations (AFFAR): 5352.223-9001Health and Safety on Government Installations 5352.242-9000Contractor Access to Air Force Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T2CM5260AM01/listing.html)
 
Place of Performance
Address: 1395 Blakeslee Avenue, Seymour Johnson AFB, Goldsboro, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN03892225-W 20150919/150918000711-d9c62a3b13b0363e4c2139f074f10282 (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.