SOLICITATION NOTICE
34 -- Pneumatic Chuck Kit for CNC Lathe
- Notice Date
- 8/26/2020 5:01:14 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333515
— Cutting Tool and Machine Tool Accessory Manufacturing
- Contracting Office
- W7NM USPFO ACTIVITY NVANG 152 RENO NV 89501-4494 USA
- ZIP Code
- 89501-4494
- Solicitation Number
- W50S8C20Q0009-CNC_Pneumatic_Chuck_Kit
- Response Due
- 9/3/2020 3:00:00 PM
- Archive Date
- 09/18/2020
- Point of Contact
- Alex T. Norris, Phone: 7757884663, Patrick Mally, Phone: 7757884662
- E-Mail Address
-
alex.norris@us.af.mil, patrick.mally@us.af.mil
(alex.norris@us.af.mil, patrick.mally@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation Requirement Title: Pneumatic Chuck Kit Solicitation Number: W50S8C-20-Q-0009 Solicitation Issue Date: Wednesday, 26 August 2020 Response Deadline: Thursday, 03 September 2020 no later than 3:00 PM Pacific Standard Time (PST) Purchasing Office: 152 MSG/MSC 1776 National Guard Way Reno, NV 89502 Point(s) of Contact: Contracting Officer - Alex Norris / alex.norris@us.af.mil (775) 788-4663 General Information 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. 2. This solicitation is being issued as a(n) Request For Quotation (RFQ). 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisiton Circular�2020-08 , Defense Federal Regulation Public Notice 20200605 , and Army Federal Acquisition Circular 19 August 2020�The North American Industry Size Classification System (NAICS) code associated with this requirement is 333515 4. This requirement is solicited under, total small business set-aside , will be used in accordance with FAR 19.000(b). Requirement Information Description: The Nevada Air National Guard has a requirement to purchase a Pneumatic Chuck Kit for a CNC Lathe: 10 inch 3 jaw MK4�chuck with flatback mount and 1.5X60 degree jaws, A5 adapter, lever control package for air power chucks, foot pedal control�package for air power chucks to include shipping. Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination; Nevada Air National Guard based located at 1776 National Guard Way Reno NV 89502. Line Item� � Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Quantity� � � � � � � �Unit of Measure 0001� � � � � � �Pneumatic Chuck Kit to include shipping, see details below� � � � � � � �1� � � � � � � � � � � � � Each Instructions to Offerors FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the�following addendum is provided for this solicitation and hereby amends any language therein: 1. Quotes in response to this solicitation must be submitted no later than 3 September 2020 at 3:00 PM PST. Quotes must be�submitted via email to alex.norris@us.af.mil. 2. All price quotations may be submitted on Attachment 1 - Quote Sheet and it must be filled in entirely, or equivalent vendor�alternative offer. 3. A completed copy of FAR 52.204-24 Representation is required with quote. Evaluation Criteria FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following�addendum is provided for this solicitation and hereby amends any language therein: (a) 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: PRICE - Price will be evaluated on a comparative basis amongst all received quotations, and the Government's estimate. Evaluation�of price will consider the total of the prices, as the sum of the prices of all contract line items (CLINs). Each CLIN price will be�evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. To be acceptable the products quoted above shall meet the following salient, physical, functional, or performance characteristics and�include the product specification sheet or cut-sheet: Pneumatic Chuck Kit for a CNC Lathe: 10 inch 3 jaw MK4 chuck with flatback mount and 1.5X60 degree jaws, A5 adapter,�lever control package for air power chucks, foot pedal control package for air power chucks. Pricing shall include shipping/�delivery to 152 MXG, 1776 National Guard Way Reno NV 89502. A completed copy of FAR 52.204-24 Representation is required with quote. The evaluation will consider all aspects and will be determined for best value. (b) The Government intends to make an award without conducting communications. However, the Government reserves the right to enter into communications with some, all or none of the vendors regarding their quote at any time during the evaluation if deemed in�the best interest of the Government. Clauses and Provisions FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR�52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are�current, accurate, complete, and applicable to this solicitation. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items�applies to this acquisition; the following checked clauses are hereby included by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I 52.203-13, Contractor Code of Business Ethics and Conduct 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.222-17, Nondisplacement of Qualified Workers �52.222-19, Child Labor--Cooperation with Authorities and Remedies �52.222-21, Prohibition of Segregated Facilities �52.222-26, Equal Opportunity �52.222-50, Combating Trafficking Persons �52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving �52.225-13, Restrictions on Certain Foreign Purchases �52.232-33, Payment by Electronic Funds Transfer--System for Award Management The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following provisions and clauses are hereby included by reference:� 52.203-18, Prohibition on Contracting with Entities that require certain internal confidentiality agreements or statements-rep 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by reference of representations and certifications 52.204-21, Basic Safeguarding of Covered Contractor Information 52.204-22, Alternative Line Item Proposal 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services--Representation 52.209-7, Systems Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.211-17, Delivery of Excess Quantity 52.219-6 (Dev), Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-15, Energy Efficiency in Energy-Consuming Products 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.252-2, Clauses incorporated by Reference 52.252-6, Authorized Deviations in Clauses 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7000, Disclosure of Information 252.204-7003, Control Of Government Personnel Work Product 252.204-7006, Billing Instructions 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016, Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017, Prohibition on the acquisition of covered Defense Telecommunications Equipment or Services--Representation 252.204-7018, Prohibition on the acquisition of covered Defense Telecommunications Equipment or Services 252.211-7003, Item Unique Identification and Valuation 252.211-7008, Use of Government -Assigned Serial Numbers 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7007, Notice of Intent to Resolicit 252.225-7051, Prohibition on Acquisition of Certain Foreign Commercial Satellite Services 252.225-7048, Exported-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing Of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea--Basic Attachment 1 - Quote Sheet
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/796ad6a4be074d2b9254cea1eb917263/view)
- Place of Performance
- Address: Reno, NV 89502, USA
- Zip Code: 89502
- Country: USA
- Zip Code: 89502
- Record
- SN05774562-F 20200828/200826230158 (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 |