Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOLICITATION NOTICE

34 -- CNC Router and Engraver

Notice Date
2/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 911 CONF/LGC, 2375 Defense Avenue, Pittsburgh IAP-ARS, Pennsylvania, 15108-4495
 
ZIP Code
15108-4495
 
Solicitation Number
FA6712-18-Q-0002
 
Archive Date
2/23/2018
 
Point of Contact
David Lahey, Phone: 4124748124
 
E-Mail Address
David.Lahey@us.af.mil
(David.Lahey@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ), t he solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (effective January 19, 2017). The associated North American Industrial Classification System (NAICS) code for this procurement is 333517, with a small business size standard of 500 employees. The 911 th Contracting Flight, 2375 Defense Ave, Coraopolis, PA 15108, is seeking to purchase a 4' x 8' 3HP CNC Router/Engraver and intends to award a firm-fixed price, total small business set aside contract for this requirement. The salient characteristics for the machine should include the ability to engrave/route wood, plexiglass, plastic, foam, aluminum, and particle board. Additionally, a 1-year limited warranty is being requested. The desired specifications at a minimum include: Work Area 51" x98" (4'x8') Z-Axis Stroke: 12" Spindle Type: 3HP Resolution/Speed: 0.0005" - 10"/sec Table Type: Aluminum T-Slot or Optional Vacuum Interface: Ethernet Controller: Series 4 High-Speed Controller Power Requirements: 110V 5A/Single Phase 220V 50A Awards shall be made to the offers whose quotation offers the best value to the government considering price. The government will evaluate information based on the following criteria: Price. Quotes/offers must be received no later than 8 FEB 2018, 11am EST at 2375 Defense Ave, Coraopolis, PA 15108. Fax quotes will be accepted 412-474-8410, email quotes will be accepted at david.lahey@us.af.mil. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). The following solicitation provisions apply to this acquisition: •1. FAR 52.212-1, "Instructions to Offerors - Commercial Items" [ insert date of provision ] http://sam.gov/ in accordance with FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. 2. FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items" [ insert date of provision ] Offerors must complete annual representations and certifications on-line at The following contract clauses apply to this acquisition: FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" Additionally, the following FAR clauses and agency-level clauses are necessary for this acquisition as determined by the Contracting Officer and as such have been incorporated by reference: 52.204-7 System for Award Management OCT 2016 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.212-1 Instructions to Offerors--Commercial Items JAN 2017 52.212-3 Offeror Representations and Certifications--Commercial Items JAN 2017 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.219-28 Post-Award Small Business Program Rerepresentation JUL 2013 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies OCT 2016 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications OCT 2015 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7036 Alt I Buy American--Free Trade Agreements--Balance of Payments Program-Alternate I (DEC 2017) DEC 2017 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JUN 2013 Additionally, the following clauses are included in full-text: 5352.201-9101 OMBUDSMAN (APR 2014) (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: Lt Colonel Alaric Jorgensen HQ AFRC/DSD 155 Richard Ray Blvd Robins AFB GA 31098 Comm: 478-327-2440 Email: alaric.jorgensen@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. (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. 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODSs) (NOV 2012) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] This is an open market combined synopsis/solicitation for portable yellow safety barriers as defined herein. The Government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotations must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Offeror shall list exception(s) and rationale for the exception(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/911AWLGC/FA6712-18-Q-0002/listing.html)
 
Place of Performance
Address: 2375 Defense Ave, Coraopolis, Pennsylvania, 15317, United States
Zip Code: 15317
 
Record
SN04808049-W 20180203/180201232258-a05b08047f0011f331f625a9239692ba (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.