Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2020 SAM #6771
SOLICITATION NOTICE

J -- 70 Horsepower Aircraft Wheel Washer

Notice Date
6/11/2020 12:53:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441820Q0011
 
Response Due
6/16/2020 11:00:00 AM
 
Archive Date
07/01/2020
 
Point of Contact
Anthony Lawston, Phone: 8439635163, Bryan Coppage, Phone: 8439634735
 
E-Mail Address
anthony.lawston.1@us.af.mil, bryan.coppage@us.af.mil
(anthony.lawston.1@us.af.mil, bryan.coppage@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
C-17 Aircraft Wheel Washer. This product will be needed to clean Aircraft Wheels of rubber bead, carbon dust, grease, oil and soils. This product will need to be able to run automatic cleaning cycles to wash, rinse and dry�aircraft wheels and brakes - with a minimum pressure of 210psi at blast velocity, able to provide a system flow of a minimum of 370gpm, and provide�solution and water blast�from various angles. COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS: 437th Wheel & Tire Washer with 70 Horsepower Pump (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 & 13.5, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation.� Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418-20-Q0011 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combined synopsis/solicitation and shall be used to submit pricing. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, Effective 06 May 2020. (iv) This acquisition is 100% small business set-aside. The associated NAICS code is 488190 with a size standard of $35 Million. (v) Contractors shall submit a quote for the transportation and installation of a Tire Washer and ALL its accessories, Brand Name or Equal to Stingray�s 70 HP Wheel Washer, which shall include: Oscillating Manifold non-synchronous to the turntable at 39 degrees of angle of oscillation with a frequency of oscillation at 4 per minute. Blasts shall be non-intersecting with offset upper and lower arms, Manifold shall blast solution from the bottom up, top downward and across the wash load and shall provide oscillation by pivoting on its vertical axis, Wash load will be blasted from a different angle of impingement with each pass by the nozzles, Heated Fresh Water Rinse System, Vertical centrifugal pump without shaft seals as the pump is mounted in the pumped solution, Engineered Wheel Wash Power Blast Manifold System, 70 hp pump has a total system flow of 374 gpm, with 18.7 gpm flow per nozzle and a system pressure of 212 psi at a blast velocity of 181 ft/sec, 20 nozzle 316 stainless steel 25 degree non-intersecting V jet nozzles, 70 hp Pump System generates a Power Density of 1.19 hp/cubic foot as pressure is measured at the nozzles and not at the pump motor, 70 Hp pump system has Stainless Steel Shafts, Fasteners and Viton Seals, �Closed Loop Zero Discharge � no wash water or rinse water shall discharge machine, Steam Exhaust PVC Kit w/ Swivel Flanges & Fasteners, Auto Oil Skimmer - 18"" Diameter � Programmable, Mini Surface Scum Drag-off Conveyor w/ Airlift - Stainless Steel, 397 gallons Reservoir Capacity, 80 gallons Sludge Capacity, Removable Internal Reservoir Cover, Electrical System to meet NFPA 79, includes Safety Power Disconnect, Hour Meter, Turntable Jog, Lifting Lugs, Drain and Clock Override, Jib Boom Door Mount 1000 lbs. capacity / 66"" long, Quick-load Non-scarring 4-Station Aircraft Nose Wheel Fixtures Parts Basket, Aircraft Wheel Kit Basket System, Maintenance Kit w/ Suction Screen Brush, Bearing Grease, 2 Guns, Touch-up Paint, and one (1) year warranty, in accordance with the Statement of Work (SOW). Training on the use of the platforms shall be provided to the end user, (after delivery and installation) located at Joint Base Charleston, SC. After award, these documents will become part of the contract.� All responsible sources may submit a quote, which shall be considered.� A fixed price contract is contemplated. (vi) Contractor will transport and install the Wheel Washer with 70 Horsepower and Accessories to Joint Base Charleston, South Carolina. (vii) Delivery shall be FOB destination. The RFQ format is attached to this combined synopsis/solicitation and shall be used to provide your delivery schedule. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: https://www.acquisition.gov/content/regulations) �FAR 52.212-1, Instructions to Offerors � Commercial. The response will consist of two separate parts: Part I � Technical understanding: Submit a technical narrative that identifies all major salient characteristics and Statement of Work required to satisfy the requirements in accordance to the attached Statement of Work (SOW). Offerors must identify all work that will be self-performed and work that will be subcontracted. Part II � Price: Contractors shall complete and submit the attached RFQ. The Contracting Officer has determined there is a high probability of adequate price competition for this acquisition. FAR 52.212-2, Evaluation - Commercial Items Evaluation.� 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. The following factors shall be used to evaluate offers in the following relative order of importance: 1.�������� Technical Understanding - To receive a Pass rating, the offeror�s narrative must demonstrates a technical understanding of the project�s scope and submit a technical statement of the equipment�s salient characteristics as provided in the attached SOW. � Subjective Rating Description Pass Narrative meets the requirements of the solicitation. Neutral Cannot determine if the narrative meets the requirements of the solicitation. Fail Narrative does not meets the requirements of the solicitation. 2.�������� Price � The Government will evaluate the total price of the offer for award purposes. Unrealistically low or high prices may be grounds for eliminating a proposal from consideration. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//www.sam.gov (xi) The clause at FAR 52.212-4, Contract Terms and Condition�Commercial �Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (May 2015), applies to this acquisition.�� (xiii)� The following clauses are applicable to this procurement: ����������� FAR 52.203-6, Restrictions on Subcontractor Sales to the Government ����������� FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation ����������� FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements ����������� FAR 52.204-7, System for Award Management ����������� FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards ����������� FAR 52.204-22, Alternative Line Item Proposal ����������� FAR 52.204-23, Prohibition on Contracting for Hardware, software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities ����������� FAR 52.209-6, Protecting the governments interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ����������� FAR 52.209-7, Information Regarding Responsibility Matters ����������� FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters ����������� FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations ����������� FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law ������FAR 52.211-6 Brand Name or Equal. ����������� FAR 52.211-17, Delivery of Excess Quantities ����������� FAR 52.219-6, Notice of Total Small Business Set-Aside ����������� FAR 52.219-8, Utilization of Small Business Concerns ����������� FAR 52.219-13, Notice of Set-Asides of Orders ����������� FAR 52.219-14, Limitations on Subcontracting ����������� FAR 52.219-28, Post Award Small Business Representation ����������� FAR 52.222-21, Prohibition of Segregated Facilities ����������� FAR 52.222-26, Equal Opportunity ����������� FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era ����������� FAR 52.222-36, Affirmative Action for Workers With Disabilities ����������� FAR 52.222-37, Employment Reports On Veterans ����������� FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act ����������� FAR 52.222-41, Service Contract Act of 1965 ����������� FAR 52.222-44 Fair Labor Standards Act and Service Contract Act � Price Adjustment ����������� FAR 52.222-50, Combating Trafficking in Persons. ����������� FAR 52.222-55, Minimum Wages under Executive Order 13658 ����������� FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 ����������� FAR 52.223-11 -- Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. ����������� FAR 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR� Program or FEMP will be�(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally�controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. (End of Clause) ����������� FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. ����������� FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. ����������� FAR 52.225-13, Restrictions on Certain Foreign Purchases ����������� FAR 52.228-5, Insurance�Work on a Government Installation ����������� FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration ����������� FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors ����������� FAR 52.233-3, Protest after Award ����������� FAR 52.233-4, Applicable Law for Breach of Contract Claim ����������� FAR 52.245-1, Government Property ����������� FAR 52.253-1, Computer Generated Forms ����������� DFARS 252.201-7000, Contracting Officer�s Representative ����������� DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials ����������� DFARS 252.203-7002, Requirement to inform Employees of Whistleblower Rights ����������� DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials ����������� DFARS 252.204-7003, Control of Government Personnel Work Product ����������� DFARS 252.204-7005, Oral Attestation of Security Responsibilities ����������� DFARS 252.204-7004, Alternate A, Required Central Contractor Registration; Contractors not registered in the SAM will be ineligible for award (register at http://www.sam.gov/ or call 1-800-334-3414). ����������� DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls ����������� DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information ����������� DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support ����������� DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders ����������� DFARS 252.208-7000, Intent to Furnish Precious Metals as Government-Furnished Material ����������� DFARS 252.209-7004, Subcontracting with firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism ����������� DFARS 252.211-7007, Reporting of Government-Furnished Property ����������� DFARS 252.215-7008, Only One Offer ����������� DFARS 252-215-7013, Supplies and Services Provided by Nontraditional Defense Contractors ����������� DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate ����������� DFARS 252.225-7001, BAA - Balance of Payments Program ����������� DFARS 252.225-7002, Qualifying Country Sources as Subcontractors ����������� DFRAS 252.225-7012, Preference for Certain Domestic Commodities ����������� DFARS 252.225-7031, Second Arab Boycott of Israel ����������� DFARS 252.225-7048, Export-Controlled Items ����������� DFARS 252.225-7050, Disclosure of Ownership or Control by Government of a Country that is a State Sponsor of Terrorism ����������� DFARS 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime ����������� DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns ����������� DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports�� (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) ����������� DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions ����������� DFARS 252.232-7010, Levies on Contract Payments ����������� DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel ����������� DFARS 252.237-7012, Instruction to Offerors (Count of Articles) ����������� DFARS 252.237-7016, Delivery Tickets ����������� DFARS 252.237-7018, Special Definitions of Government Property ����������� DFARS 252.243-7001, Pricing of Contract Modifications ����������� DFARS 252.244-7000, Subcontracts for Commercial Items ����������� DFARS 252.246-7000, Material Inspection And Receiving Report� ����������� DFARS 252.247-7022, Representation of Extent of Transportation by Sea ����������� DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law�Fiscal Year 2016 Appropriations. ����������� 5352.201-9101 OMBUDSMAN (July 2017) (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, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-5724, email: susan.madison@us.af.mil.� Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman levels, 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.� ����������� AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv)� Defense Priorities and Allocations System (DPAS):� N/A (xv) Response to this combined synopsis/solicitation must be received via email, by June 22nd, 2020 no later than 2:00 PM Eastern Standard Time.� Requests should be marked with solicitation number FA4418-20-Q0011 (xvi) Address questions to Anthony Lawston, Contract Specialist, at (843) 963-5163, or email at anthony.lawston.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar.� Direct link: http://airforcesmallbiz.org/opportunities/index.php. Also see http://www.sba.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f036ffcfa4574a00b275d217f91f215a/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN05687133-F 20200613/200611230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.