SOLICITATION NOTICE
J -- Repair Mazak 350 Lathe
- Notice Date
- 2/1/2022 2:06:11 PM
- Notice Type
- Solicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- FA8227 AFMC OL H PZIMB HILL AFB UT 84056-5805 USA
- ZIP Code
- 84056-5805
- Solicitation Number
- FA8227-22-Q-9499
- Response Due
- 3/3/2022 1:00:00 PM
- Archive Date
- 03/18/2022
- Point of Contact
- Tanner Nielsen, Phone: 8015862756, William Weiss, Phone: 8017775326
- E-Mail Address
-
tanner.nielsen@us.af.mil, william.weiss.1@us.af.mil
(tanner.nielsen@us.af.mil, william.weiss.1@us.af.mil)
- Description
- Request for Quote Repair Mazak 350 Lathe Hill Air Force Base, UT This is a solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 15.201(c), as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Government intends to award a Brand Name, Firm Fixed Price (FFP) to Mazak the Original Equipment Manufacturer (OEM), in accordance with FAR 13.501, and FAR 13.106-1(b). Refer to attached Single Source Justification (SSJ) for further information.� Interested parties may identify their interest capability by contacting the buyer/contracting officer identified in this solicitation. Solicitation Number: FA8227-22-Q-9499. This solicitation is issued as a request for quote (RFQ). �This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2022-04, effective 30Jan2022. Contracting Officer's Business Size Selection� � � � � � � �Other than full and open competition NAICS Code� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �333517 Small Business Size Standard� � � � � � � � � � � � � � � � � � � �500 Employees ������ (iv) The CLIN Structure of the anticipated award will reflect the following: CLIN� � � � � Product� � � � � � � � � �QTY� � � � � � � Description 0001� � � � � Labor� � � � � � � � � � � � 1 EA� � � � Labor for the repair of Mazak Quick Turn 350 Lathe, Serial Number 305340, to include� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �travel time, mileage, expenses and admin fee. 0002� � � � � 0B7315C0050� � � � � 1 EA� � � � Turret, Item Number 0B7315C0050 0003� � � � �Z33ZZC90600� � � � � �1 EA� � � � Waycover Tailstock without steady rest, QT3/350 U1500 0B7345C0011, Item Number:� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Z33ZZC90600 Description of �item(s)/service(s) to be acquired: The 309 MMXG (Missile Maintenance Group) has a requirement for replacement of a Turret and Waycover tailstock without steady rest on government owned Mazak Quick Turn 350 Lathe, Serial Number 305340.� This contract is to purchase the turret and waycover tailstock, and includes installation, turret alignment, test cuts, and tool eye reset in support of Missile Maintenance. All CLINs are anticipated to be established on a firm fixed price basis. Any deviations should be clearly specified in the notice response. All proposals should indicate if the vendor can achieve the Period of Performance of 1 Mar 2022 - 31 Mar 2022. Responding vendors must specify any warranty conditions and parameters with their responses. Contract Type: Firm Fixed Price (FFP) Purchase Contract Dates and Place of Service: P.O.P. 1 Mar 2022-31 Mar 2022. The contractor shall deliver, install and perform turret alignment to include test cuts and tool eye reset at the following address located at Hill Air Force Base: 581 MMXS 7563 Wardleigh Rd BLDG. 847 HILL AFB UT� 84056 ATTN:� Wayne Child (801) 583-3551 The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1600 EST, 03 March 2022 via electronic mail to tanner.nielsen@us.af.mil and william.weiss.1@us.af.mil . Provide CAGE code when submitting offer. Please indicate if the vendor can achieve delivery within 6 weeks after receipt of contract. Please provide a Pricing List All deliveries, shipments, and performance will be conducted in accordance with 9499_Product Description and Specification Final. Performance Specification dated 05 January 2022 �52.212-2: Evaluation -- Commercial Items (a) The Government will award a FFP Purchase 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 Technically Acceptable with the ability to comply with the Product Description and the authority by the Cognizant Engineer to perform this service �� (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation.� Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).� � (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) List of Anticipated Contract Clauses 52.202-1��������� Definitions 52.203-3��������� Gratuities 52.203-6 Alt1� Restrictions on Subcontractor Sales to the Government 52.203-12������� Limitation on Payments to Influence Certain Federal Transactions 52.203-17������� Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.203-19������� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4��������� Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7��������� System for Award Management 52.204-9��������� Personal Identity Verification of Contractor Personnel 52.204-10������� Reporting Executive Compensation and First-Tier Subcontract Awards 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 Systems 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 (Jul 2018) 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 52.209-6��������� Protecting the Government�s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 �������� Information Regarding Responsibility Matters 52.209-9��������� Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10������� Prohibition on Contracting with Inverted Domestic Corporations 52.216-1 �������� Type of Contract 52.216-7��������� Allowable Cost and Payment 52.217-5��������� Evaluation of Options 52.217-8��������� Option to Extend Services 52.217-9��������� Option to Extend the Term of the Contract 52.219-1 Alt1 Small Business Program Representations 52.219-4��������� Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8��������� Utilization of Small Business Concerns 52.219-16������� Liquidated Damages � Subcontracting Plan 52.219-28������� Post-Award Small Business Program Representation 52.222-3�� ������ Convict Labor 52.222-17 ������ Nondisplacement of Qualified Workers 52.222-21 ������ Prohibition of Segregated Facilities 52.222-26 ������ Equal Opportunity 52.222-35������� Equal Opportunity for Veterans ����������� 52.222-36 ������ Equal Opportunity for Workers with Disabilities ����������� 52.222-37 ������ Employment Reports on Veterans ����������� 52.222-40������� Notification of Employee Rights Under the National Labor Relations Act ��������������� 52.222-41������� Service Contract Labor Standards ����������� 52.222-42������� Statement of Equivalent Rates for Federal Hires� ����������� 52.222-50������� Combating Trafficking in Persons ����������� 52.222-55������� Minimum Wages Under Executive Order 13658 ����������� 52.222-62������� Paid Sick Leave Under Executive Order 13706 (Jan 2017) 52.223-6��������� Drug-Free Workplace 52.223-18 ������ Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1��������� Buy American Supplies 52.225-13������� Restrictions on Certain Foreign Purchases 52.230-1��������� Cost Accounting Standards Notices and Certification 52.230-3��������� Disclosure and Consistency of Cost Accounting Practices 52.232-23 Alt1Assignment of Claims 52.232-33������� Payment by Electronic Funds Transfer�System for Award Management 52.232-39������� Unenforceability of Unauthorized Obligations 52.232-40 ������ Providing Accelerated Payments to Small Business Subcontractors 52.233-1��������� Disputes 52.233-2 �������� Service of Protest 52.233-3 Alt1� Protest After Award 52.233-4��������� Applicable Law for Breach of Contract 52.237-2��������� Protection of Government Building, Equipment and Vegetation 52.242-15������� Stop-Work Order 52.245-1 �������� Government Property 52.245-9 �������� Use and Charges 52.247-34 ������ F.o.b. Destination 52.249-4��������� Termination for Convenience of the Government (Services)(Short Form) 52.252-1���� ���� Solicitation Provisions Incorporated by Reference 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 252.204-7003� Control of Government Personnel Work Product 252.204-7004� Alternate A, System for Award Management 252.203-7005� Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011� Alternative Line Item Structure 252.204-7012� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015� Notice of Authorized Disclosure of Information for Litigation Support 252.215-7000� Pricing Adjustments 252.215-7007� Notice of Intent to Resolicit 252.223-7006� Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008� Prohibition of Hexavalent Chromium 252.225-7001� Buy American Act & Balance of Payments 252.225-7048� Export-Controlled Items 252.232-7003� Electronic Submission of Payment Requests and Receiving Reports 252.232-7006� Wide Area Workflow Payment Instructions 252.232-7009� Mandatory Payment by Governmentwide Commercial Purchase Card 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.246-7008� Sources of Electronic Parts 252.247-7023� Transportation of Supplies by Sea 5352.223-9000����������� Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.242-9000����������� Contractor Access to Air Force Installations 5352.201-9101����������� Ombudsman (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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Melinda Schmidt; Hill Ombudsman/Competition Advocate; melinda.schmidt@us.af.mil; 801-777-6549, OL_H AFSC/PZC. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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 (End of clause) Additional Contract Requirement or Terms and Conditions: N/A Defense Priorities and Allocations System (DPAS): N/A Proposal Submission Information: All questions or comments must be sent to Tanner Nielsen by email at tanner.nielsen@us.af.mil, NLT 1600 EST, 15 February 2022. Offers are due by 1600 EST, 03 March 2022 via electronic mail to william.weiss.1@us.af.mil and tanner.nielsen@us.af.mil. For additional information regarding the solicitation contact Tanner Nielsen, Contracting Specialist, at tanner.nielsen@us.af.mil or William Weiss, Contracting Officer, at william.weiss.1@us.af.mil. Notice to Offerors: The Government intends to award a FFP Purchase Contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date.� In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation incorporates one or more clauses and/or provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/content/regulations Attachments: Attachment 1: 9499_ Product Description and Specification Final Attachment 2: 9499_SSJ Attachment 1 � Product Description PURCHASE DESCRIPTION FOR Mazak Quick Turn 350 Lathe Turret and Waycover Tailstock 309 MMXG 5 January 2022 1.0.�� DESCRIPTION OF REQUIREMENTS����� ��������������������������������������������������������������������������������������������������� The 309 MMXG (Missile Maintenance Group) has a requirement for replacement of a Turret and Waycover tailstock without steady rest on government owned Mazak Quick Turn 350 Lathe, Serial Number 305340. 309 MMXG needs to purchase the turret and waycover tailestock, to include installation, turret alignment, test cuts, and tool eye reset in support of Missile Maintenance. 1.1.�� EQUIPMENT AND SPECIFICATIONS�������� Equipment shall meet the following specifications: P/N OB7315C0050��������������� 1 Each������������ Turret P/N Z33ZZC90600 ��������������� 1 Each������������ Waycover Tailstock without Steady Rest QT3/350 U1500 OB7345C0011 -Mfg. by Yamazaki Mazak Corp. -Items shall be new, no used/refurbished items will be acceptable -Fits a Mazak Quick Turn 350 Lathe, Serial Number 305340 -Includes installation by factory trained personnel and warranty 1.2.�� CONTRACTUAL REQUIREMENTS 1.2.1.�� Delivery The contractor shall deliver, installation and turret alignment to include test cuts and tool eye reset to the following address located at Hill Air Force Base: 581 MMXS 7563 Wardleigh Rd BLDG. 847 HILL AFB UT� 84056 ATTN:� Wayne Child (801) 583-3551 1.2.2.�� Training and Installation: No training is required but factory trained installation is required provided by the vendor. 1.2.3.�� Warranty Commercial warranty shall apply after installation and testing has been completed. Contractor shall be solely responsible for all warrantied repairs and costs related to such repairs to included material, labor and transportation. After expiration of warranty, all related upkeep will be the sole responsibility of the Government or its representatives. 1.2.4.�� Hours of Operation The Government�s normal hours of operations fall between 6:00 a.m. � 3:30 p.m., Monday through Friday.� 1.2.5.�� Base/Installation Specifics It is the responsibility of the contractor to get with their government POC (para. 1.2.1) prior to their arrival to coordinate the arrival time accordingly.� Sponsors may request that a pass be applicable for multiple days if needed. Personnel shall have the following items when entering an installation: ����������� -Current Registration for all vehicles -Current Proof of Insurance for all vehicles -Valid driver�s license for each driver ����������� -Valid driver�s license or other state identification for each passenger -Depending on the current Force Protection Condition, a government representative may be required to sponsor those people in person at Pass & ID, South Gate.� �����������
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/87cbb0324676499eb0a2350fbb253e4e/view)
- Place of Performance
- Address: Hill AFB, UT 84056, USA
- Zip Code: 84056
- Country: USA
- Zip Code: 84056
- Record
- SN06229676-F 20220203/220201230110 (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 |