SOLICITATION NOTICE
49 -- Welding Table
- Notice Date
- 8/22/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #333992
— Welding and Soldering Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 910 CONF/LGC, 3976 King Graves Road, Unit 31, Youngstown ARS, Ohio, 44473-5931
- ZIP Code
- 44473-5931
- Solicitation Number
- FA6656-17-T-0003
- Archive Date
- 9/21/2017
- Point of Contact
- Jasmine Corpa, Phone: 3306091698, Kimberly S. Hitchcock, Phone: 3306091386
- E-Mail Address
-
jasmine.corpa@us.af.mil, kimberly.hitchcock.1@us.af.mil
(jasmine.corpa@us.af.mil, kimberly.hitchcock.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA6656-17-T-0003 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-95 (19 January 2017) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20161222. This solicitation is a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this commercial service is 333992; the small business size standard is 500 employees. The 910th AW has a requirement to procure the commercial items listed below. SCHEDULE OF SUPPLIES: This acquisition is for the purchase of the following items: The 910 th AW is in need of a dedicated welding table specifically for mocking up and welding pipe and tubes. Minimum specifications for the table size is 9 1/2 feet long by 4 feet wide. The table must have a coating to protect against weld splatter and corrosion. The table must have several mounting locations for attaching fixtures. It must have 6 adjustable legs with casters and a locking brake so it can be moved when needed. Legs must have an adjustable height of 24-36 inches, spindle adjustment range of 1.5 inches, and minimum static load capacity of 440 pounds per leg. The tools required consist of both fixed and swivel hold down clamps, prisms for holding round tubes, adjustable stops and squares, and several of the same clamps to hold the fixtures. This is an example of a 97 piece fixturing kit that would meet minimum requirements, has a mixture of all the previously mentioned fixtures, and has a tool cart: 14 clamps, 8 prisms, 30 bolts, 18 stops, 22 squares, 4 cast squares, and 1 tool cart. The kit offered in a quote would need to be comparable. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.farsite.hill.af.mil. List of applicable provisions: FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (July 2016) FAR 52.204-17, Ownership or Control of Offeror (July 2016) FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2017) FAR 52.212-2, Evaluation -- Commercial Items, (Oct 2014) The evaluation factors that will be used to determine award will be lowest price technically acceptable. FAR 52.212-3 Alt 1, Offeror Representations and Certifications -- Commercial Items (Jan 2017). Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at http://www.sam.gov. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7004 (Alternate A), System for Award Management (Feb 2014) DFARS 252.204-7011 Alternative Line Item Structure (Sep 2011) DFARS 252.225-7000, Buy American Statute--Balance of Payments Program Certificate (Nov 2014). FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998). List of applicable clauses: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-13, System for Award Management Maintenance (Oct 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (July 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance (July 2016) FAR 52.209-10, Prohibition on Contraction with Inverted Domestic Corporations (Nov 2015) FAR 52.212-4, Contract Terms and Conditions-Commercial items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items 25 Sept 2013 (DEVIATION 2013-O0019) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28, Post-Award Small Business Program Rerepresentation (July 2013) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52-222-26, Equal Opportunity (Sept 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer (Jul 2013) FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-1, Disputes (May 2014) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Sept 2013) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic (Dec 2016) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2016) DFARS 252.225-7048, Export-Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013) AFFARS 5352.201-9101, Ombudsman (Jun 2016) AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor's DUNS Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) http://sam.gov. Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 MSG/CONF. All quotes must state at a minimum the unit price, discount/payment terms, delivery time after receipt of award, and FOB terms. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 1:00 p.m. Eastern Standard Time (EST) on Wednesday, 6 September 2017. Please submit quote via email to jasmine.corpa@us.af.mil, or by mail to 910th MSG/CONF, BLDG 504, ATTN: Jasmine Corpa, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please contact Contract Specialist Jasmine Corpa at (330) 609-1698 or jasmine.corpa@us.af.mil or Contracting Officer Kimberly Hitchcock at (330) 609-1386 or kimberly.hitchcock.1@us.af.mil. Government's intent is to award a single firm fixed-price contract between the Government and the Contractor, to the lowest price technically acceptable offer. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs. Contracting Office Address: Youngstown Air Reserve Station 910 MSG/CONF 3976 King Graves Rd-Unit 31 Vienna, OH 44473-5931 Place of Delivery/Acceptance: 910 MXS/MXMF 3976 King Graves Rd. Vienna, OH 44473-5931 Point of Contact: 910 MSG/CONF Unit 31 3976 King Graves Rd. Vienna, OH 44473-5931
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/910LGLGC/FA6656-17-T-0003/listing.html)
- Place of Performance
- Address: 910 MXS/MXMF, 3976 King Graves Rd, Vienna, Ohio, 44473, United States
- Zip Code: 44473
- Zip Code: 44473
- Record
- SN04641003-W 20170824/170822232553-717858c3764e6b47280f2de16be755ef (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 |