Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
SOLICITATION NOTICE

34 -- Aluminum Chip Collector - Attachments

Notice Date
8/15/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-18-Q-0182
 
Archive Date
9/5/2018
 
Point of Contact
Krista L Sabin, Phone: 9375224555
 
E-Mail Address
krista.sabin@us.af.mil
(krista.sabin@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses Offeror Representation and Certifications Performance Work Statement COMBINED SOLICITATION/SYNOPSIS This solicitation/synopsitation is expected to result in the award of a firm-fixed-price contract for the chip collector for the Air Force Packaging Technology & Engineering Facility (AFPTEF) as described under the requirements section of this solicitation and accompanying requirements attachment. This solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the solicitation. 2. That receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. That submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. Submittal of proposals in response to this solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offertory responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award at all depending upon the quality of proposals received and the price fair and reasonableness of proposals received. The solicitation number for this requirement is FA8601-18-Q-0182 and is hereby issued as a Request for Proposals (RFP) using FAR subpart 12, Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures. NAICS Code: 333517 - Arbor presses, metalworking, maunfacturing Business Size Standard: 500 Acceptable means of Submission: All submissions must be submitted electronically to the following email address krista.sabin@us.af.mil by Tuesday, 21 August 2018 at 1:00 pm EST. Any correspondence sent via e-mail must contain the subject line "FA8601-18-Q-0182, Chip Collector". The proposal may be sent via multiple emails as long as each email is numbered. Each email should not exceed 5 megabytes including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-99, effective 16 July 2018; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20180629, effective 29 June 2018; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2018-0525, effective 25 May 2018. Period of Performance: 6 weeks after the award date. Place of Performance: 5215 Thurlow St. Bldg. 70, Suite 5, Area A, Wright-Patterson AFB, OH 45433-7765 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirement: The Government, specifically AFPTEF located at Wright-Patterson AFB, OH has the requirement for a chip collector in Building 70 Suite 5. The following is the list of requirements. See Performance Work Statement (Attachment 1) for full details: Specific Required : iVision is the recommended brand of the CNC Router manufacturer that designed and bilt the CNC Routher that this Industrial Chip Collection with will be interfacing with. 2.1 General : The machine shall be new (not a prototype) and one of the manufacturer's standard current production models capable of operations in accordance with the requirements herein. The machine shall be complete, so that when connected to the utilities identified herein, it can be used for any function for which it is designed and constructed. 2.1.1 Measuring/Indicating Devices : All measuring and indicating devices such as dial indicators, pressure gages, temperature indicators, depth stops, and other similar devices used on the machine shall be graduated in English Units (ex. lbs., inches). Marking on all measuring and indicating devices shall be permanently and legibly engraved or etched on a non-glare background. All dials and other type indicating devices shall be securely mounted in place. Such devices shall be located so as to allow reading from the operator's normal workstation. 2.1.2 Caution-Warning Plates : Corrosion resistant "Caution" or "Warning" plates shall be securely attached to the equipment in visible locations, with any safety precautions to be observed by the operator or maintenance personnel permanently marked on the plates. 2.1.3 Audible Noise : Audible noise emitted by the equipment under no load shall not exceed 80 dBA at the operator's workstation or at any other point at a distance of three (3) feet from the equipment as measured on the "A" weighted scale of a standard Type II sound level meter. 2.1.4 Prohibited Materials : Asbestos, mercury, lithium or polychlorinated biphenyl (PCB) shall not be used in any part or component of the system. 2.1.5 Environmental Protection : The machine shall be so designed and constructed that under the operating, service, transportation and storage conditions described herein, the machine shall not emit materials hazardous to the ecological system as prescribed by federal, state, or local statutes in effect at location of installation. 2.1.6 Nameplate : A corrosion resistant metal nameplate identifying the machine shall be securely attached to the machine. The nameplate shall contain the following information: Nomenclature Manufacturer's Name Manufacturer's Model Designation Manufacturer's Serial Number 2.2 Construction : The machine shall be constructed of parts which are new, without defects, and free of repairs. The machine's structure shall be entirely made of steel. The machine structure shall be capable of withstanding all forces encountered during operation of the machine at its maximum rating and capacity without distortion. Processes such as welding, plugging, or filling with solder or paste shall not be used for reclaiming any defective part(s). All screws, pins, bolts, and other fasteners shall be installed in a manner as to prevent change of tightness. The machine frame shall be designed and built in the USA. The machine shall be manufactured, tested and shipped as a complete unit from the manufacturer's location within the USA. 2.2.1 Castings/Forgings : All castings/forgings shall be free from defects, scale, or mismatching. Processes such as welding, peening, plugging, or filling with solders or paste shall not be used on casting or forgings for reclaiming any parts of the machine. 2.2.2 Surfaces : All surfaces of castings, forgings, molded parts and stampings shall be clean and free from sand, dirt, fins, sprues, flux, and other harmful or extraneous materials. External surfaces shall be smooth, and all edges shall be either rounded or beveled unless sharpness is required to perform a function. 2.2.3 Painting : The machine shall be painted in accordance with the manufacturer's commercial practice. Yellow or orange safety color-coding shall be used for designating physical hazards. 2.2.4 Threads : All threaded parts used on the machine and its related attachments and accessories shall conform to FED-STD-H28. 2.2.5 Interchangeability : All replaceable parts shall be manufactured to definite standards, tolerances and clearances in order that any such parts of a particular type or model can be replaced or adjusted without modification of the equipment. 2.2.6 Maintainability : The machine shall be designed and constructed to permit effective maintenance. The machine shall be equipped with access covers (if applicable) to facilitate inspection, cleaning, and repair of parts. 2.3 Functionality : This machine will be used primarily for the collecting of 5000 and 6000 series aluminum chips. The machine must have a proven track record with this type of material. The machine shall be combustion proof. 2.4 Components : The Chip Collector machine shall consist of, but not be limited to, the following described principle components, attachments, and accessories necessary to meet the operational and performance requirements specified herein. 2.4.1 Frame : The machine structure shall be made entirely of steel. The machine shall have access doors or removable plates as necessary for servicing components housed within. 2.4.2 Compressor : The compressor shall have a high performance turbine motor with a minimum of 8 HP. It shall be capable of producing a minimum of a 400 CFM flow rate and a 4 LB PSI water lift. 2.4.3 Chip Container : The chip containers shall have a minimum capacity of 25 Gallons and shall have a quick release to ease the emptying process. A lift kit shall also be provided to ease manual burden during emptying process. 2.4.4 Aerial Arm : An aerial arm shall be provided for hose support. 2.4.5 Hose : A 4" diameter reinforced flexible hose, designed to collect metal (aluminum) chips, shall be provided. It shall be 25' in length. 2.4.6 Automatic Filter Shaker : The machine shall come with an automatic filter shaker that prevents material buildup within the filter. 2.4.7 Anti-Static Kit : The machine shall come with an Anti-Static kit. 2.4.8 Electrical System : The machine shall be designed to operate from a 220 volt, 3 phase, 60-hertz power source. Electrical system must be designed to operate satisfactorily within normal incoming power variations. All electrical equipment shall comply with NFPA-79 standards. 3.0 QUALITY ASSURANCE PROVISIONS 3.1 Responsibility for Inspection : The manufacturer shall be responsible for the performance of all inspection requirements (examinations and tests) as specified herein. The manufacturer may utilize his own or any other facility suitable for the performance of the inspection requirements specified herein. 3.2 Responsibility for Compliance : The machine shall meet all requirements of Section 2. The inspections set forth in this specification shall become a part of the manufacturer's overall inspection system or quality program. 3.3 Quality Conformance Inspection : Quality conformance inspection shall be conducted on machine prior to being offered for acceptance under the contract. Quality conformance inspection shall be conducted at origin and may be monitored by purchasing personnel. Testing of the complete machine must be completed at the factory prior to shipment. The inspection shall be in accordance with par. 3.5, 3.6, and 3.7. 3.4. Destination Acceptance Test : Final inspection, testing and acceptance shall occur at destination. The acceptance test shall be in accordance with par. 3.5 through 3.6. 3.5 Test Conditions : All tests shall be performed in an indoor facility with ambient conditions of 41°F to 104°F and 20% to 95% relative humidity. 3.6 Examination : The machine shall be visually examined to determine compliance with all requirements within Section 2. 4.0 WARRANTY AND SERVICE 4.1 Warranty : The machine shall have a minimum 1 year warranty. 4.2 Service Support : Contractor shall provide documentation of the availability of OEM trained service support within a 2 hour radius of WPABF, either Contractor-direct or a third party. 5.0 TECHNICAL DATA 5.1 Manuals/Drawings : The contractor shall furnish one (1) hard copy of all technical manuals/drawings containing all information necessary for the operation, safety and maintenance (parts lists, electrical schematics, ladder logic and I/O diagrams) of the Chip Collector machine. One (1) complete set of manuals/drawings shall be sent to the receiving activity concurrent with machine delivery. 5.2 Installation Drawings : The contractor shall provide to the receiving facility installation drawings showing the necessary electrical requirements of the Chip Collector machine. 5.3 Documentation : All documentation, i.e. operation manuals, maintenance manuals, programming manuals, student training materials, drawings, vendor literature, laminated note cards, metal name and service plates, service bulletins, upgrade bulletins, and all associated charts/graphs, shall be written in the English language and grammatically correct. 6.0 SALIENT CHARACTERISTICS 6.1 Period of Performance : The chip collector machine shall be delivered to AFPTEF within 6 weeks of contract award. 6.2 Delivery Location: The contractor shall deliver the chip collector machine to the following address: AFLCMC/EZPAA 5215 Thurlow Street Suite 5, Bldg 70, Area A WPAFB, OH 45433-5540 Attn: Joel Sullivan (937-257-8162) 6.3 Packing for Delivery: The contractor shall protect the chip collector machine for delivery to AFPTEF from scratching due to handling, road debris, and strapping. 6.4 Payment: 100% payment will be due (IAW Wide Area Workflow procedures) after delivery and installation of chip collector machine has been completed. 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. Technical Capability and Price will be used to evaluate all offers. The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Timeframe that the quote is valid 5. Individual item price 6. Total price including shipping (Net 30), No Progress Payments 7. Shipping (FOB Destination) 8. Delivery Schedule 9. Completed copy of Offeror Certifications (Attachment 2) Important Notice to Contractors: Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: •(a) North American Industry Classification System (NAICS) code and small business size standard are as specified above •(b) Submission of offers is as prescribed in the text of this synopsitation (c) Offer Acceptance and Validity Dates : This paragraph of the provision regarding the period during which the offeror agrees to hold the prices in its offer firm is amended to read 90 days. (e) Multiple Offers is hereby deleted from this solicitation and that paragraph is marked RESERVED Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide for the repair service described above under "Requirements". Price Proposal: Price List: The offeror shall provide a price list that includes the total price for repair services. The price list must specify an effective date, which shall be the date that proposals are due and have an expiration date no earlier than 2 months from the date that proposals are due. Prices should be proposed as F.O.B. destination per the definition in FAR 2.101-Definitions, which can be accessed at http://farsite.hill.af.mil/vffara.htm. Representations and Certifications: Offerors shall submit the following representations and certifications, which are incorporated into the draft FFP contract with its price proposal. FAR 52.212-3-Offeror Representations and Certifications -Commercial Items (April 2016) with its Alternate I (October 2014) If the offeror has not completed the representations and certifications listed above online in the System for Award Management ( http://www.sam.gov ), the offeror shall complete these representations and certifications ( as prescribed therein ) and submit them with the offeror's price proposal. EVALUATION FACTORS The Government will use Simplified Acquisition Procedures permitted by FAR 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items to evaluate proposals submitted in response to the solicitation. The factors that shall be used to evaluate proposals are Technical and Price, as expounded below. FACTOR 1 - Technical: Pursuant to evaluation of all requirements, the Technical factor will receive and overall rating of either "Acceptable," or "Unacceptable" using the rating and descriptions in the table below: Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirement of the solicitation. In determining whether a technical proposal is Acceptable or Unacceptable, the Government will consider the extent to which the technical proposal demonstrates the offeror's ability to repair the equipment in accordance with the specifications outlined in the Performance Work Statement. FACTOR 2 Price: Price proposals will be evaluated to determine if unit prices are fair and reasonable using the techniques described in FAR 13.106-3(a). Evaluation Process: •(a) The Government will initiate evaluation of all evaluation factors on all proposals. The Government will consider, throughout the evaluation, the "correction potential" of a proposal including whether any proposal deficiency can be rectified and whether any uncertainty can be resolved. The judgment of such "correction potential" is within the sole discretion of the Government. •(b) If pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, and in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable; the Contracting Officer (CO) may open discussions and may continue discussions as long as, in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable. •(c) For the purpose of conducting discussions, if the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, the entire proposal will be rated "Unacceptable." At the conclusion of discussions, if the Technical factor is rated "Unacceptable" or if any deficiency or uncertainty relative to the proposal has not been resolved, evaluation of that proposal will be considered final. The entire proposal will be rated "Unacceptable" and no further consideration will be given to that proposal for award. •(d) For the purpose of award without discussions, if pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, notwithstanding that any deficiency may be rectifiable or any uncertainty may be resolvable, the entire proposal will be rated "Unacceptable," the initial evaluation will be the final evaluation, and no further consideration will be given to that proposal for award. Unless the Government has received a prior written notice that an offeror has withdrawn its proposal, the Government may accept the proposal in whole or in part before the proposal's expiration date. Attachments: 1. Performance Work Statement 2. Offeror Representation and Certifications 3. Provisions and Clauses Please direct all questions to Krista Sabin, krista.sabin@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-18-Q-0182/listing.html)
 
Place of Performance
Address: AFLCMC/EZPAA, 5215 Thurlow St, Ste 5, Building 70, Area A, WPAFB, OH 45433-5540, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN05038730-W 20180817/180815231334-9f8e10c222d821b25bf15cdd9ed239ca (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.