Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

34 -- Ironworker

Notice Date
2/16/2017
 
Notice Type
Presolicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-17-T-0050
 
Archive Date
3/9/2017
 
Point of Contact
Mark C. Holmes, Phone: 7193330809, Diana Myles-South, Phone: 719-333-8650
 
E-Mail Address
mark.holmes.7@us.af.mil, Diana.South@us.af.mil
(mark.holmes.7@us.af.mil, Diana.South@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 10th Contracting Squadron, Directorate of Contracting, United States Air Force Academy (USAFA) Colorado intends to award as a Brand Name Sole Source basis to Ironworker LLC. for a 67 Ton Tommy Industrial Ironworker. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, 19 January 2017. This 67 Ton Tommy Industrial Ironworker is required by the Dean of Faculty Mechanical Engineering department. This Ironworker can only be provided by Ironworker LLC, 5807 Prairie Street Ste B Schofield WI 54476, a small business. This procurement is for the acquisition of a sole source commercial item in accordance with FAR Parts 12 & 13. The North American Industry Classification System Codes (NAICS) is 333517 and the size standard is 500 employees. - 67 Ton Ironworker There is only one responsible source to supply the Ironworker and no other item will satisfy the USAFA current requirements. For the 67 Ton Tommy Industrial Ironworker, no other vendor responded with a device that met all the salient characteristics for the government's requirement. One vendor found does not supply the required punch tower item. Another has an insufficient selection of die sizes and does not include a punch storage tower, cycle time of 2-seconds, or SAE scales. A third does not include a punch/die set. Based on market research this Ironworker can only be provided by Ironworker LLC, manufactured by Tommy Industrial. Requirements for the Ironworker to include delivery & installation: Line item Description Quantity Unit of Issue 0001 67 Ton Tommy Industrial Ironworker 1 each The following is a list of salient characteristics for the Ironworker: a. Power Requirements: 230v/60 hz/single phase/26 amp b. Physical Dimensions: 4' X 4'X 68" high c. Capacity: Punch-1" diam in ½" plate; Shear- 3/8" X 10" plate; Angle shear - 3"X3"X1/4" d. Standards Compliant: ANSI B11.5-1988R(02) Compliant e. Accessories: 8" Brake with 4 way die, Punch/die set 1/16"-1 1/16" sizes in 1/32" increments Square pinch/die set 1/4"-5/8" in 1/16" increments, Accessory light, Punch storage tower f. Processing time: Cycle time - 2 Seconds g. Scales: SAE h. Safety Requirements: All UL safety placards are provided and installed on machine; crush, flying metal and electrical hazard if machine is not used properly. Safety guards and UL protections are standard. i. Controller / Software Requirements: User interface only. Not computer controlled j. 1.5" cylinder diameter k. 1 year warranty This synopsis is for notification purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. Any offerors believing they can provide the ironworker described above may provide evidence for consideration. Evidence must support the offeror's claim they can provide this brand name or equal. All qualified sources may submit a response, which if received timely, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on responses to this notice is solely within the discretion of the government. Responses must be received NLT 1:00 p.m. MST on 22 February 2017. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the System for Award Management (SAM) at http://sam.gov/. The Government intends to award a firm fixed price purchase order processed in accordance with FAR 12 and 13. Questions should be addressed to the Primary POC: Mark Holmes, Contract Specialist, (719) 333-0809 or send via e-mail to mark.holmes.7@us.af.mil. Alternate POC is Diana Myles-South, Contracting Officer, (719)-333-8650, diana.south@us.af.mil. 5352.201-9101 OMBUDSMAN (JUN 2016) (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 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, concerned parties may contact the USAF Academy Ombudsman, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2704 FAX 719-333-9103 Email: james.anderson@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-17-T-0050/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado Springs, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN04405244-W 20170218/170216234617-90c726ffdfddf7f9db2c76375b385f73 (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  © 1994-2020, Loren Data Corp.