|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 16,1998 PSA#2181325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL
32403-5526 34 -- DIFFUSION BONDING HOT PRESS SOL F0863798QY319 DUE 092998 POC
Tsgt Benson (850)286-8622 or 2Lt Egan (850)283-2931 WEB: Contracting
AETC Home Page, http://www-contracting.aetc.af.mil. E-MAIL:
Lawrence.Kokocha@tyndall.af.mil, Mark.Benson@tyndall.af.mil. The 325th
Contracting Squadron at Tyndall AFB FL intends to award a purchase
order under Simplified Acquisition Procedures (SAP) for the purchase of
a Diffusion Bonding Hot Press. This is a combined synopsis/
solicitation for commercial items prepared in accordance with the
format in FAR Subparts 12.6 and 13.5, 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. The solicitation number is
F08637-98-QY319 and is issued as a Request for Quotation (RFQ). The
solicitation document, incorporated provisions, and clauses are those
in effect through the Federal Acquisition Circular 97-7 and Defense
Acquisition Circular 91-13. This solicitation is 100% SET ASIDE FOR
SMALL BUSINESS CONCERNS in accordance with FAR Part 19. The Standard
Industrialization Code is 3821, size standard 500. The contractor shall
provide the following: a complete, functional turnkey system that
includes the following features: 150,000lb press; 1500 degree C hot
zone; 10 -6 torr vacuum; 10" x 10" x 12" high (press axis) usable work
zone, with platens; front loading, double wall, water jacketed,
stainless steel vacuum chamber; resistance heated, insulated hot zone;
two water cooled, stainless steel rams, one top (actuated) and one
bottom (fixed); welded H-frame construction; primarily stainless steel
specimens being bonded, also aluminum; max specimen size is 8" x 10"
x 12" tall; min specimen size is 2" x 6" x 4" tall; full size flat
platens (10" x 10") with parallelism to .001" and insulator disks;
ability to use inert gas coverage instead of vacuum; argon cool down
with 2psig (adjustable) positive pressure control; microprocessor
controlled force (+/-400lb), teperature (+/-5 deg C), position
(+/-0.001"), and cycle time; industrialized PC front end; built-in
instrumentation and data acquisition (5 specimen temperatures, over
temperature, force, position, pressure/ vacuum, gas on/off);
programmablesequence and duration of events, fully automatic; machine
and safety interlocks; inlet and outlet water manifolds with
individually valved circuits; air filter, regulator, lubricator; all
electrical disconnects and feeds from 480VAC, 3ph, 100A service; max of
5 microns/hr leak-up rate; max of 5 deg C temperature uniformity; 3
days of on-sight hardware and software training. Please acknowledge all
requirements on quotations. Offerors must provide brochures/literature
of the items being offered along with their quote. The technical
literature submitted needs to clearly communicate the offeror's
understanding and compliance with the minimum requirements as set forth
in the specifications or any alternative proposal submitted in response
to this RFQ. Discussions may or may not be held with offeror's;
therefore, each offeror's initial proposal should be complete and
accurate. FOB destination is required by the Government. FOB point is
104 Research Road Tyndall AFB, FL. The required delivery date is 30 Oct
98. Offerors must provide warranty information specific to all
equipment. The following provisions and clauses can be viewed through
internet access at the Air Force FAR Site, http://farsite.hill.af.mil.
In accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB
1998), the following provisions and clauses are incorporated by
reference: FAR 52.212-1, Instructions to Offerors, Commercial Items
(AUG 1998); FAR 52.212-2, Evaluation, Commercial Items (MAR 1998).
Award will be made to the offeror whose proposal represents the best
value to the Government. The following factors shall be used to
evaluate offers: a combination of technical evaluation, past
performance, and price will determine best value to the government.
Technical compliance/acceptability and past performance are more
important than price. Alternative proposals are encouraged. The minimum
requirements as set forth in the Statement of Work (SOW) reflect the
Government's desired features. However, alternative proposals
demonstrating technically equivalent or technically superior
performance characteristics than those outlined in the SOW will be
considered. Offerors must provide along with their quote, information
regarding past performance. Offerors must submit company names,
addresses, telephone numbers, names, of contacts, contract numbers, and
any other pertinent information to document past performance required
by the Government. This information must include at a minimum three
contracts placed over the past three years. Past performance will be
used to evaluate the contractor's ability to perform. The Government
may conduct pre-award surveys to determine offerors' technical and
financial abilities to perform. Past performance information should be
submitted by 28-Sep-98; OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A
COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS
AND CERTIFICATIONS-COMMERCIAL ITEMS (JAN 1997) AND DFARS 252.212-7000
OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995)
WITH THEIR QUOTE. Contract Terms and Conditions -- Commercial Items.
It is tailored as follows: subparagraph c is changed to read: "Changes.
Changes in the terms and conditions of this contract may be made only
by written agreement of the parties with the exception of
administrative changes such as changes in paying office, appropriations
data, etc. which may be changed unilaterally by the Government." ; FAR
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items (Jun 1998); FAR 52.203-6,
Restrictions on Subcontractor Sales to the Government (Alt 1) (Oct
1995); FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper
Activity (Jan 1997), FAR 52.219-8, Utilization of Small, Small
Disadvantaged and Women-Owned Small Business Concerns (Jun 1997); FAR
52.219-14, Limitations on Subcontracting (Dec 1996); FAR 52.222-26,
Equal Opportunity (Deviation) (Apr 1984); FAR 52.222-35, Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era (Apr
1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities
(Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era (Apr 1988); FAR 52.222-41, Service Contract
Act of 1965, As Amended (May 1989). Wage Determination No. 94-2121,
Revision 11, dated 1-Jun-98 applies. Wage Determination may be accessed
electronically at
http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/afciro/index.htm.
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May
1989) THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE
DETERMINATION. EMPLOYEE CLASS Electrician/Plumber/ General laborer;
WG-5, MONETARY WAGE/FRINGE BENEFITS $12.00; FAR 52.222-43, Fair Labor
Standards Act and Service Contract Act-Price Adjustment (Multiple Year
and Option Contracts) (May 1989); FAR 52.225-3, Buy American
Act-Supplies (Jan 1994); FAR 52.225-18, European Sanction for End
Products (Jan 1996); FAR 52.232-33, Mandatory Information for
Electronic Funds Transfer Payment (Aug 1996) is required; FAR 52.233-3,
Protest After Award (Aug 1996); FAR 52.237-1, Site Visit (Apr 1984). A
site visit is scheduled for offerors on 18-Sep-98 at 100 Central
Standard Time (CST). All contractors are to notify the administrator at
(850) 283-8622 or 2931 no later than the day prior to the site visit.
All contractors are to meet at 501 Illinois Ave, Suite 5, Bldg 647,
Room 6 for the site visit. FAR 52.237-2, Protection of Government
Buildings, Equipment, and Vegetation (Apr 1984); 52.247-34, F.O.B.
Destination (Nov 1991). In accordance with DFARS 252.204-7004, REQUIRED
CENTRAL CONTRACTOR REGISTRATION (MAR 1998), prior to receiving any
contract award, contractors must be registered in the Central Contract
Registration (CCR). If not already registered, you should immediately
register with CCR by calling 1-888-227-2423 or via the Internet at
http://ccr.edi.disa.mil. On-line registration with the CCR is also
available at the Small Business Administration Internet address
(www.sbaonline.sba.gov). Confirmation of CCR registration must be
obtained before award can be made. DFARS 252.225-7001, Buy American Act
and Balance of Payment Program (Mar 1998); DFARS 252.225-7007, Buy
American Act -- Trade Agreements -- Balance of Payment Program (Mar
1998); DFARS 252.225-7012, Preference for Certain Domestic Commodities
(Sep 1997); DFARS 252.225-7036, Buy American Act -- North American
Free Trade Agreement Implementation Act -- Balance of Payment Program
(Mar 1998); DFARS 252.227-7015, Technical Data -- Commercial Items (Nov
1995); DFARS 252.227-7037, Validation of Restrictive Markings in
Technical Data (Nov 1995); DFARS 252.232-7009, Payment by Electronic
Fund Transfer (Jun 1998); DFARS 252.243-7002, Certification of Requests
for Equitable Adjustment (Jul 1997). The following AETC FAR Supplement
clause applies: 5352.237-9001 Performance Conference (Jul 93)
Offerors/bidders are hereby advised that if they are awarded a contract
as a result of this solicitation, they may be required to appear at the
325th Contracting Squadron, Building Number 647, 501 Illinois Avenue,
Suite 5 Tyndall AFB, FL 32403-5526 to attend a preperformance
conference prior to commencement of an work on the military
installation. Quotes should reference RFQ No. F08637-98-QY319. Offers
must be sent in writing/fax to the Purchasing Agent Tsgt Benson no
later than 29-Sep-98 at 2:00 P.M. (CST) to 325 CONS/LGCS ATTN: Tsgt
Benson, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more
information contact the administrator Tsgt Benson at (850) 283-8622 or
2Lt Egan at (850) 283-8661. You may also email
Mark.Benson@tyndall.af.mil. Posted 09/14/98 (W-SN249182). (0257) Loren Data Corp. http://www.ld.com (SYN# 0233 19980916\34-0002.SOL)
34 - Metalworking Machinery Index Page
|
|