Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
SOLICITATION NOTICE

81 -- Thermal Impulse Sealer

Notice Date
7/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333993 — Packaging Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-14-Q-3006
 
Archive Date
8/14/2014
 
Point of Contact
Nathan R. McMillen, Phone: 8508820263, Ronald J. Wilson, Phone: 8508823466
 
E-Mail Address
nathan.mcmillen@us.af.mil, ronald.wilson.22@us.af.mil
(nathan.mcmillen@us.af.mil, ronald.wilson.22@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a Thermal Impulse Sealer for the Cargo Movement element. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures 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. This is Request for Quotation numbered FA2823-14-Q-3006. The North American Industry Classification System (NAICS) code for this acquisition is 333993 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. Notice to Offeror(s)/Supplier(s): This solicitation is being issued as a request for quotation (RFQ). Funds are not presently available. Funds may be received at any time from now to the end of the fiscal year (30 Sep 2014). It is also possible that no funding will be made available and no award will be made. Submission of a quote does not obligate the Government to make an award. 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. In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the offer that provides the best value to the government after consideration of the technical, price, and delivery aspects of the offer. 1. Requirement: CLIN 0001: Sealer, Vertrod Heavy Duty Thermal Impulse Heat Qty: 1 EA Minimum Technical Requirements: • Seal length: 60" • Seal width: 1/4" • Heater bar on bottom and pressure bar on top • Thermal impulse control system (rotary switch timer for heat/cool stage that does either in 1/4 second increments) • Open back feed thru style • Welded frame construction • Both pneumatic and electric safety switches • Compressed air operated: no less than 60 PSI • Foot switch activated • 115 VAC, single phased In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered insufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. Quoted price should include FOB Destination and be valid through 30 September 2014. Required delivery date is no later than 30 days ARO. Expedited delivery schedules accepted and encouraged. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-74 effective 01 July 2014. The following provisions and clauses are applicable: • FAR 52.204-7, System for Award Management (P); • FAR 52.204-13, System for Award Management Maintenance (C); • FAR 52.212-1, Instructions to Offerors - Commercial • FAR 52.212-3, Offeror Representations and Certifications: Offerors are reminded that an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. • FAR 52.212-4, Contract Terms and Conditions - Commercial Items • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The following clauses cited within this clause are applicable:  FAR 52.219-6, Notice of Total Small Business Set-Aside;  FAR 52.219-28, Post-Award Small Business Program Rerepresentation;  FAR 52.222-3, Convict Labor;  FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies;  FAR 52.222-21, Prohibition of Segregated Facilities;  FAR 52.222-26, Equal Opportunity;  FAR 52.222-36, Affirmative Action for Workers With Disabilities;  FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving;  FAR 52.225-13, Restrictions on Certain Foreign Purchases;  FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors • FAR 52.247-34, F.O.B Destination • FAR 52.252-2, Clauses Incorporated by Reference: http://farsite.hill.af.mil/; • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights • DFARS 252.204-7003, Control of Government Personnel Work Product • DFARS 252.204-7004 Alt A, System for Award Management (52.204-7) Alt A • DFARS 252.211-7003, Item Identification and Valuation • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.232-7010, Levies on Contract Payments • DFARS 252.247-7023, Transportation of Supplies by Sea • AFFARS 5352.201-9101, Ombudsman (C): (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 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, concerned parties may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Col Evan C. Dertien, AFTC/CV, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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); • 53AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (C); Incorporated by full text: • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has Considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority Responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Please provide a response to clause DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 04:00 P.M., Central Standard Time on 30 July 2014. Send all packages via email to A1C Nathan R. McMillen at nathan.mcmillen@us.af.mil. For questions, contact A1C Nathan R. McMillen at 850.882.0263 or by e-mail at nathan.mcmillen@us.af.mil. Approved, RONALD J. WILSON Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cf160953c5aa1b87e26fe3614670c53a)
 
Place of Performance
Address: Eglin AFB, FL 32542, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03418623-W 20140711/140710022548-cf160953c5aa1b87e26fe3614670c53a (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  © 1994-2020, Loren Data Corp.