Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
MODIFICATION

44 -- Industrial Walk In Oven - Additional Information #4

Notice Date
8/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-15-Q-0290
 
Archive Date
9/15/2015
 
Point of Contact
Tabitha Haggart, Phone: 315-330-3787, Bryant (Lackland) Soule, Phone: 315-330-4723
 
E-Mail Address
Tabitha.Haggart@us.af.mil, bryant.soule@us.af.mil
(Tabitha.Haggart@us.af.mil, bryant.soule@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers 28 AUG 2015 ***Additional Solicitiation information #4 is posted to clarify the requirement*** __________________________________________________________________ 17 AUG 2015 ***Additional Solicitiation information #3 is posted to clarify the requirement*** __________________________________________________________________ 8 AUG 2015 ** Additional Solicitiation information #2 is posted to clarify the requirement** __________________________________________________________________ * Additional Solicitiation information #1 is posted to clarify the requirement* _________________________________________________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-15-Q-0290 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20150626. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 333994 and size standard of 500 employees. The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination: ITEM: Precision QuincyWalk-In Oven Brand name "or equal" EC Walk-In Oven, EC-180-6, Precision Quincy, Specifications: - Model: EC-810-6 - Air Flow: Horizontal/Vertical - Maximum Temperature (F): 450 - Work Room W(in): 96 - Work Room D(in): 120 - Work Room H(in): 190.875 - Outer Approximate W(in): 130.27 - Outer Approximate D(in): 190.875 - Outer Approximate H(in): 94.5 - Capacity (cu ft): 480 - Recirc Fan (CFM): 7200 - Recirc Motor(HP): 7.5 - Electric Heat(KW): 108 - Fuel Heat(BTU/HR): 600,000 - No. of Swing Doors: 2 - Insulated Wall Thickness(in): 4 - Approx Shipping Weight(lb): 6,200 - Exhauster CFM: 550 QUANTITY: 1 Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice The required delivery date is 30 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13440 The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM, 8/ 31 /2015. Submit to: AFRL/RIKO, Attn: Tabitha Haggart, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-3001 or by email to Tabitha.Haggart@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. Requirement specific guidance is provided for the following clause: For proposed Contract Line Item Numbers (CLINs) with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; ECC200 data matrix specification. (A)LABEL: If using Construct 1: encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. (B)REGISTRY: Input the UID Type (UID1 or UID2), Issuing Agency Code (D), CAGE Code, Part/Lot/Batch #, Serial #, Unit Price, and Unit of Measure. Payment cannot be authorized unless Contractor has (A) permanently affixed Unique Item Identifier (UII/ UID) label to each item with unit price ≥ $5,000 and (B) submitted required information to UID registry via WAWF. Any costs associated in complying with these terms should be included in the cost of the quotation. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; All evaluation factors other than price, when combined, are of equal importance. Award will be made to the lowest priced, technically capable offeror. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW- FISCAL YEAR 2015 APPROPRIATIONS 252.203-7998, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: X 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards X 52.204-16, Commercial and Government Entity Code Reporting X 52.204-18, Commercial and Government Entity Code Maintenance X 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment X 52.211-6, Brand Name or Equal X 52.219-6, Notice of Total Small Business Aside X 52.219-28, Post Award Small Business Program Re-representation X 52.222-3, Convict Labor X 52.222-19, Child Labor-Cooperation with Authorities and Remedies X 52.222-21, Prohibition of Segregated Facilities X 52.222-26, Equal Opportunity X 52.222-36, Equal Opportunity for Workers With Disabilities X 52.222-50, Combating Trafficking in Persons X 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving X 52.225-13, Restrictions on Certain Foreign Purchases X 52.232-33, Payment By Electronic Funds Transfer-System For Award X 52.239-1, Privacy or Security Safeguards The following additional FAR and FAR Supplement provisions and clauses also apply: X 52.247-34, FOB Destination X 52.232-40, Providing Accelerated Payments to Small Business Subcontractors X 252.203-7000, Requirements Relating to Compensation of Former DoD Officials X 252.203-7005, Representation Relating to Compensation of Former DoD Officials X 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements X 252.204-7011, Alternative Line Item Structure X 252.204-7012, Safeguarding of Unclassified Controlled Technical Information X 252.211-7003, Item Identification and Valuation X 252.222-7007, Representation Regarding Combating Trafficking in Persons X 252.223-7008, Prohibition of Hexavalent Chromium X 252.225-7031, Secondary Arab Boycott of Israel X 252.227-7015, Technical Data--Commercial Items X 252.227-7037, Validation of Restrictive Markings on Technical Data X 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports X 252.232-7006, Wide Area Workflow Payment Instructions X 252.232-7010, Levies on Contract Payments X 252.239-7017, Notice Of Supply Chain Risk X 252.239-7018 Supply Chain Risk X 252.244-7000, Subcontracts for Commercial Items X 252.247-7023, Transportation of Supplies by Sea X 252.247-7024, Notification of Transportation of Supplies by Sea X 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-C9 All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-Q-0290/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, Rome, New York, 13341, United States
Zip Code: 13341
 
Record
SN03861887-W 20150830/150828235755-9e620535fa726cb6aa59706dd33ae912 (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.