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
MODIFICATION

34 -- 85 Ton Dual Station Ironwork

Notice Date
9/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-15-Q-B141
 
Archive Date
9/30/2015
 
Point of Contact
Linda M Penuel, Phone: 321-494-7573, Cheryl T. Witt, Phone: 321-494-4394
 
E-Mail Address
linda.penuel@us.af.mil, cheryl.witt@us.af.mil
(linda.penuel@us.af.mil, cheryl.witt@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation 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; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-15-Q-B141 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83. This is a set-aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 333517 with a size standard of 500 employees. Item Description Qty Unit Unit Price Total Amount 0001 85 Ton, Dual Operator, 5 Station 1 EA Ironworker, Scotchman Model DO8514-20M or Equal 0002 Six (6) inch Open End Brake for 1 EA Notcher Scotchman P/N 025360 Or Equal 0003 Deluxe #40 Punch & #82 Die Package 1 EA Includes Rounds: ¼, 9/32/5/16, 3/8, 13/32, 7/16 ½, 9/16, 5/8, 11/16, ¾, 13/16, 7/8, 15/16, 1, 1-1/16 1-1/8, 1-3/16, 1-1/4, Squares: ½, ¾, 7/8; and Ovals 9/32 x ¾, 5/16 x ¾, 9/32 x 1, 5/16 x 1, 13/32 x 1 7/6 x 1, 17/32 x 1, 9/16 x 1, 9/16 x 1-1/4, 11/16 x 1-1/4, 13/16 x 1-1/4; Scotchman P/N 002855 or Equal 0004 SHIPPING (Priced as separate item) 1 EA Product or Service Description: Scotchman Model DO 8514-20M OR EQUAL Minimum Physical and Functional Salient Characteristics: a. Dual operator, 5 stations b. 85-ton punch station capability (1-1/16" in 1" 65,000 psi tensile mild steel) c. Keyed punch ram d. 14"throat depth e. Punch gauging table with fence and scale f. Die holder with 2" die insert g. Punch nut with wrench h. Adjustable swing away stripper i. One round punch and die: maximum diameter 1-1/4" j. Punch jog control k. Two adjustable electric stroke controls with scale l. Two electric remote foot pedals m. Two valves & two 2-stage hydraulic pumps n. Slug-less angle shear - 6" x 6" x 1/2" o. Rectangular notcher, 2" x 4" 2 1/2" p. 6" open end brake for notcher station q. 20" flat bar shear r. Shear table with scale and miter fence s. Rod shear: 1h", %", 1". 1-1/2" round, and 1-1/2" square t. Slug receptacles u. Electrical box supplies with emergency palm button and lock-out tag-out accommodations v. #40 punch & #82 die package which includes ¼, 9/32, 5/16, 3/8, 13/32, 7 /16, ½, 9/16, 5/8, 11/16, 3/4, 13/16, 7 /8, 15/16, 1, 1-1/16, 1-1/8, 1-3/16, 1-1/4 rounds; ½, ¾, 7 /8 squares; and 9/32 x ¾, 5/16 x ¾, 9/32 x 1, 5/16 x 1, 13/32 x 1, 7/16 x 1, 17/32x1, 9/16 x 1, 9/16 x 1-1/4, 11/16 x 1-1/4, 13/16 x 1-1/4 ovals. w. 208 voltage, 3 phase, 60 hertz Ship to address: AFTA/CVI Bldg 992 Patrick AFB, FL 32925 Attn: Don Kelly or TSgt Mills NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. Include your GSA contract number for items, as well as expiration date of the contract. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014) applies to this acquisition and the following addendem applies: For RFQ only: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." Paragraph (c) first sentence revised as follows: "The offeror agrees to hold the prices in its offer firm until 1 Oct 15." RFQ due date: 18 Sep 2015 RFQ due time: 3:00 P.M. EST Fax RFQ to 321-494-1843; email to 45cons.lgcb.e-bids@us.af.mil or mail to: 45th Contracting Squadron Attn: FA2521-15-Q-B0141 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. Please provide the following information with your quote: DUNS Number: ____________ Cage Code: _______________ Tax ID Number: ___________________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No 52.225-18, Place of Manufacture (Sep 2006) (a) Definitions. As used in this clause- (b) "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. FAR Provision 52.212-2, Evaluation -- Commercial Items (Jan 99), applies to this acquisition and the following evaluation is applicable: (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: Evaluation factors: (i) Technical capability of the item offered to meet the Governments minimum physical and functional salient characteristics listed above. (ii) price; Technical and past performance, when combined, are equal, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.] (b) 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. (End of Provision) Brand Name or Equal The item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 14), with its Alternate I (Apr 11), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) DFARS Provision 252.209-7992, Representation by corporations regarding an unpaid delinquent tax liability or a Felony Conviction under any federal law-fiscal year 2015 appropriations (Dev 2015-OO0005)(Dec 2014) (a) In accordance with sections 7 44 and 7 45 of Division E, Title VII. of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235 ). none of the funds made available by this or any other 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; or (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) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2014), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: 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 the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 14), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-3 Gratuities (Apr 84) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 13) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Aug 13) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (May 12) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 11) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-6 Alternate I (Nov 11) 52.219-6 Alternate II (Nov 11) 52.219-8 Utilization of Small Business Concerns (May 14) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 13) 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-owned Small Business (EDWOSB) Concerns (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-17 Nondisplacement of Qualified Workers (May 14) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Mar 07) 52.222-50 Combating Trafficking in Persons (Feb 09) 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 08) 52.223-9 Alternate I (May 08) (Clause located in SAM) 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 07) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act (May 14) 52.225-3 Alternate I (May 14) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-30 Installation Payments for Commercial Items (Oct 95) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec13) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 52.239-1 Privacy or Security Safeguards (Aug 96) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 06) 52.247-64 Alternate I (Apr 03) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.203-7988 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2015-00010) 252.203-7989 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2015-00010) 252.204-7011 Alternative Line Item Structure (Sep 11) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 13) 252.204-7013 Limitations on the Use or Disclosure of Information by Litigation Support Solicitation Offerors 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 09) 252.211-7003 Item Identification and Valuation (Jun 13) 252.211-7006 Passive Radio Frequency Identification (Sep 11) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Jun 12) 252.225-7000 Alternate I (Dec 10) 252.225-7001 Buy American and Balance of Payments Program (Dec 12) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Jun 11) 252.225-7020 Trade Agreements Certificate (Jan 05) 252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Nov 12) 252.227-7015 Technical Data--Commercial Items (Dec 11) 252.227-7037 Validation of Restrictive Markings on Technical Data (Jun 13) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card (Dec 06) 252.232-7010 Levies on Contract Payments (Dec 06) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.246-7004 Safety of Facilities, Infrastructure, & Equipment for Military Operations (Oct 10) 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (Jun 13) 252.247-7022 Representation of Extent of Transportation by Sea (Aug 92) 252.247-7023 Transportation of Supplies by Sea (Jun 13) 252.247-7023 Alternate I (Mar 00) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 00) 252.247-7028 Application for U.S. Government Shipping Documentation/Instructions (Jun 12) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.242-9000, Contractor Access to Air Force Installations (Nov 12) The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B141/listing.html)
 
Place of Performance
Address: Patrick Air Force Base, FL, Melbourne, Florida, 32934, United States
Zip Code: 32934
 
Record
SN03892277-W 20150919/150918000742-bbf7846b3c15b3f390a2c392d2d86357 (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.