SOLICITATION NOTICE
34 -- Vertical Milling Machine - Brand Name J&A
- Notice Date
- 9/7/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- AFICA - AFICA- PACAF
- ZIP Code
- 00000
- Solicitation Number
- FA5215-16-T-8011
- Archive Date
- 9/29/2016
- Point of Contact
- Matthew K. Hagan, Phone: 8084482975, Diana Joseph, Phone: 8084882942
- E-Mail Address
-
matthew.hagan.1@us.af.mil, diana.joseph@us.af.mil
(matthew.hagan.1@us.af.mil, diana.joseph@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name J&A DEPARTMENT OF THE AIR FORCE AIR FORCE INSTALLATION CONTRACTING AGENCY WRIGHT-PATTERSON AIR FORCE BASE OHIO 45433 September 7, 2016 FROM: 766th Specialized Contracting Squadron (SCONS/PKS) 90 G. Street, Building 1201 Joint Base Pearl Harbor-Hickam, HI 96853 SUBJECT: FA5215-16-T-8011 - Request for Quote (RFQ) for VF-5SS Vertical Milling Machine Notice to Offeror(s)/Supplier(s): 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. 1. This is a formal RFQ to support the United States Air Force (USAF) 15 MXS). VF-5SS Vertical Milling Machine and must have capability to integrate with the current HAAS Automation, Inc. This is a Brand Name only requirement IAW FAR 6.302-1(c). Any proposals with non-conforming materials will not be considered for award. 2. Responses to this requirement shall include a Price Quote, and shall be submitted electronically via email to the following recipients: Contracting Officer: Mrs. Diana Joseph, diana.joseph@us.af.mil Contract Specialist: SSgt Matthew Hagan, matthew.hagan.1@us.af.mil 3. Final Quote Due Date: 14 September 2016, 0900 a.m. Hawaii Standard Time (HST). 4. No site visit is available for the associated procurement. 5. When addressing questions concerning any aspect of this solicitation, state the section, page number, and paragraph number needing clarification. Information concerning this solicitation or request for clarification will not be provided in response to telephone calls from the offerors. Written inquiries will be answered via email to all offerors. Please be advised that the Government reserves the right to transmit all questions and answers to all prospective offerors. LATE INQUIRIES/ QUESTIONS WILL NOT BE ACCEPTED. Questions Due Date: 12 September 2016, 0900 a.m. Hawaii Standard Time (HST). All questions shall be submitted electronically via email to the following recipients: Contracting Officer: Mrs. Diana Joseph, diana.joseph@us.af.mil Contract Specialist: SSgt Matthew Hagan, matthew.hagan.1@us.af.mil 6. This acquisition is a Total Small Business Set-Aside in regards to size standars. The applicable NAICS is 423830 and the small business size standard is 500 employees. 7. Pricing shall include all anticipated costs to fully perform all objectives as stated in the solicitation. The Offeror's Price Quote shall be based on the prevailing Wage Rates, utilizing any and all discounts. This RFQ contains two (2) line items on a firm fixed price basis. The line items are as follows: CLIN DESCRIPTION Qty. COST 0001 Vertical Machining Center Model VF-5SS 1EA $ 0002 Shipping/Freight 1 EA $ CLIN 0001 Salient Characteristics • Table Size-52" L x 23"W x 1,750 lb capacity • Table Travel-X; 50 inch, Y; 26 inch, Z; 25 inch • Rapid traverse rate-1200 inch per minute (X, Y, Z) • High Speed Cutting-1200 inch per minute • Accuracy, positioning +/-.0002 • Accuracy, repeatability +/-.0002 • Spindle speed -12,000 RPM, 90 ft-lb @ 2000 rpm • Spindle Motor - 30 HP Vector Drive, Inline Direct Drive, CT Taper • Tool Changer - 24-position/CAT40 Side Mount Tool Changer with double arm gripper • 4 axis simultaneous axis control • Graphic Dry-Run mode • Advanced pocket milling • Tool life management • USB input output interface • Pulse handle feed • Feed/speed/rapid override • Ethernet Interface • Power Failure Detection module • Rigid Tapping • 360 degree flood coolant ring • 95-gallon (306 liter) coolant system • Electronic Thermal Compensation to compensate • for the expansion and contraction of each linear axis • Fully enclosed guarding • 32GB Program Memory • Auger Chip Conveyor • High Intensity LED Lighting • P-Cool Multi-position programmable coolant nozzle operated from the controller to precisely direct the coolant stream to the work piece. • Remote Jog Handle with color graphic display, and built-in LED inspection light. • 1000 psi (69 bar) Through-spindle coolant system. • Wireless Intuitive Probing that defines work offset coordinates, set tool length offsets, and perform in-process inspection within the program. Includes o Macros o Spindle Orientation o Coordinate Rotation and Scaling • MFIN cable provides M-code/MFIN capability for controlling external devices • Auto Air Gun • Through Tool Air Blast • Accessory Tooling Block • Table Spacer: 3" riser • CNC control cabinet cooler • Visual Part Programming/Conversational operating system utilizing full color graphics & templates • Power requirements -V/480-3 phase 60Hz transformer • Accessory Tooling Block • Internal High-Voltage Isolated Transformer for 380-480V operation. • OIL-SKIMMER-integrated solution for keeping your coolant tank free of tramp and tap oils. During operation, it extracts tramp oil from the coolant in the tank, and deposits it into a collection container. • Warranty -1-year parts and labor • Startup - Responsibility of the contractor. BASIS OF AWARD Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides the Lowest Priced Technically Acceptable solution. EVALUATION Selection of the firm to perform this task order will be based on Lowest Priced, Technically Acceptable. Quotes will be reviewed and evaluated in accordance with the evaluation criteria identified below: All offerors shall be ranked from lowest-priced, to highest-priced. The three lowest priced offerors' Quotes shall be reviewed for Technical Acceptability. Those outside the initial evaluation pool will not be evaluated, unless necessary to obtain the desired effective competition of three offers rated as "acceptable" in all technical subfactors or until all offerors have been evaluated. The following table details what will deem an "acceptable" or "unacceptable" rating: TECHNICAL QUOTE ASSESSMENT TABLE Rating Description ACCEPTABLE Proposal meets the requirements of the solicitation. * UNACCEPTABLE Proposal does not meet the requirements of the solicitation. *In order to be considered technically acceptable all proposed materials must match the Brand Name Requirement of VF-5SS Vertical Milling Machine and the proposed delivery and installation schedule must be less than or equal to 60 days from the date of contract award. PRICE QUOTE (Volume 2) a. Cost/Price Total estimated price, from all CLINS, to accomplish the requirement will be utilized as a basis for evaluating price. The factors below will be used to assess whether the Offeror's Quote is complete and accurate. The offerors price Quote will be evaluated using the sum of all priced line items. Cost/Price Completeness and Accuracy: The Government will review the cost/ price schedules for completeness and accuracy. Changes to the evaluation quantities, blanks or zeroes in the pricing columns, and/or mathematical mistakes may be subject to clarification for confirmation of the offeror's intent. The offeror's Quote will be checked for mathematical correctness to include the following: 1. Checking arithmetic in all computations. 2. Comparing electronic submittals with hard copies; if applicable. Cost/Price Realism: The Government reserves the right to perform cost/price realism. 8. INSTRUCTIONS TO OFFERORS: The Government will conduct this acquisition in accordance with FAR 12 and 13. Interested parties should submit their proposal in accordance with the following instructions. The proposal must be in conformance with the specifications listed CLINS. Non- conformance may result in an unfavorable proposal evaluation. The proposal must be clear, concise, and must include sufficient detail for effective evaluation. Offerors are required to submit a Price Quote to Government officials for the purposes of acquiring services from the Contractor(s) that is fully cognizant of the scope of this requirement and has the capability to complete all requirements described in the solicitation. Proposals which merely offer to conduct a program in accordance with the requirements of the Government's scope of work will not be eligible for award. Assume that the Government has no prior knowledge of the offeror's capabilities and experience, and will base its evaluation only on the information presented in the offeror's proposal. TRANSMITTAL The offeror's transmittal of the Quote must contain the name, phone number, and e-mail address of the person to be contacted concerning any matter related to the solicitation. 766 SCONS/PKS may, for example, contact that individual to schedule and make arrangements for the offeror's discussion meetings, if necessary. Include the following information in your Quote: a. Duns & Bradstreet (DUNS) number and Tax Identification Number (TIN); b. Company Name mailing address, and website address; c. Date submitted and Quote expiration date; d. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM). All offerors must register in SAM located at http://www.sam.gov/; e. Company Point of Contact, Phone and E-mail address. Additional Requirements 9. When bidding on this requirement, please include the following information: CAGE Code: DUNS No: TIN: Payment Terms: Delivery Time (Including Lead Time): Performance Period: Date Offer Expires (Must be good through 30 Sept 2016): 10. The performance location for this requirement is: 135 B Street, Building 1055 JBPH-H, HI 96853 11. Acceptance will be performed by the Government. The FOB Point is destination. The quotation price shall include all shipping and handling charges. Shipping and/or handling charges shall not be listed in the quotation as a separate line item. Applicable shipping or handling charges shall be included into the unit/extended price. 12. System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If the offeror is not registered in the SAM database, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. 13. In addition FAR 52.212-2 (a), Evaluation - Commercial Items (OCT 2014), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government. The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA). 14. All responsible sources may submit a quote, which will be considered by the Government. Award will be made to the offeror whose quote conforms to the solicitation requirements and is able to satisfy the Government's requirements. Offeror must ensure compliance with the provision FAR 52.212-3, Offeror Representation and Certifications- Commercial Items (Jul 2016) (this must be completed on http://www.acquisition.gov). 15. Delivery must be made 60 days after date of contract (ADC). This requirement incorporates all standard warranties. 16. The following FAR clauses also apply: 52.212-1 Instructions to Offerors -- Commercial Items 52.212-4 Contract Terms and Condition -- Commercial Items 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019) 52.222-3 Convict Labor 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-25 Prompt Payment 52.232-39 Unenforceability of Unauthorized Obligations 52.233-1 Disputes 52.233-3 Protest After Award 52.252-2 Clauses Incorporated by Reference The following DFARS clauses also apply: 252.204-7003 Control Of Government Personnel Work Product 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type. Invoice & Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Government Site (3) Document Routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Field Name in WAWF Pay Official DoDAAC Data to be entered in WAWF F67100 Issue By DoDAAC FA5215 Admin DoDAAC FA5215 Inspect By DoDAAC F2C3LV Ship To Code F2C3LV Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC N/A F2C3LV N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back- up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. dean.adams.2@us.af.mil diana.joseph@us.af.mil matthew.hagan.1@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. dean.adams.2@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 252.232-7010 Levies on Contract Payments The following AFFARS clauses also apply: 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 ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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. (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) CLAUSES INCORPORATED BY FULL TEXT 52.252-2 Clauses Incorporated by Reference 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) Sincerely, DIANA L. JOSEPH Contracting Officer Attachments: Brand Name Justification
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f31a8edc44c6d1207689ca9ee208f086)
- Place of Performance
- Address: Building 2030, Hangar 15, Joint Base Pearl Harbor-Hickam, Hawaii, 96853, United States
- Zip Code: 96853
- Zip Code: 96853
- Record
- SN04259011-W 20160909/160907234749-f31a8edc44c6d1207689ca9ee208f086 (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 |